HomeMy WebLinkAbout43-13 RESOLUTIONRESOLUTION NO.43-13
A RESOLUTION APPROVING A PROFESSIONAL ENGINEERING DESIGN
SERVICES AGREEMENT WITH MCCLELLAND CONSULTING
ENGINEERS IN THE AMOUNT OF $279,045.55 FOR THE
REHABILITATION OF THE HISTORIC MAPLE STREET AND LAFAYETTE
STREET BRIDGES, AND APPROVING A BUDGET ADJUSTMENT
RECOGNIZING FEDERAL GRANT REVENUE IN THE AMOUNT OF
$223,257.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a
professional engineering design services agreement with McClelland Consulting Engineers in the
amount of $279,045.55 for the rehabilitation of the historic Maple Street and Lafayette Street
bridges.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached to this Resolution as Exhibit "A", recognizing
federal grant revenue in the amount of $223,257.00.
PASSED and APPROVED this 5t' day of March, 2013.
APPROVED:
FE
ATTEST:
SONDRA E. SMITH, City Clerk/Treasurer
``,%11111rflrllI,
w
;FAYETTEVILLE;_
14,VG TON
NSPOJe��`�
City of Fayetteville, Arkansas
Budget Adjustment Form
V12.0724
Budget Year Division: Engineering Request Date Adjustment Number
2013 Department: Development Services
2/4/2013
BUDGET ADJUSTMENT DESCRIPTION ! JUSTIFICATION
This budget adjustment is to recognize the federal grant revenue of $223,257.00 due from AHTD for the design phase
of the Historic Lafayette and Maple Bridges. There is also transfer from the Crossover project to the Historic Bridges
project which represents the City portion of the project expense ($56,000.00).
uivision rreaa
Date
) e46�
B dget Director
Date
Depa me hector
Date
2.- 57.ac3
F'
nce Direct r
Date
ief f-taff
Da e
Mayor
3
ate
Prepared By: Peggy Bell
kspringer
Reference:
Budget & Research Use Only
Type: A g C � E p
General Ledger Date
Posted to General Ledger
Checked / Verified
Initial Date
Initial Date
V
TOTAL BUDGET ADJUSTMENT
223257 223,257
Increase / (Decrease)
Project.Sub
Account Name
Account Number
Expense Revenue
< Number
Federal Grants -Capital
4470.0947.4309.00 Ri
- 223,257
06035 1111 01
Professional services
44:70.9470.531400 t
223,257
06035 . 1101.
Street improvements
4520.9540`.5809.00
(56,000)
060135.. 2000
Professional services
4520.9540.5314.00
56,000
06035 . 1101
J:\EXCEL\Historic Bridges\BA Historic Bridges 02042013
1of1
W
Chris Brown
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
2/19/2013
City Council Meeting Date
Agenda Items Only
Engineering Development Services
Division Department
Amon mequirea:
A resolution approving an Agreement with McClelland Consulting Engineers for professional services for the
rehabilitation of the historic Maple Street Bridge and Lafayette Street Bridge in the amount of $279,69'I"9�. This
also recognizes federal grant revenue in the amount of $223,257.00 C)Y.5, 0 CS
223,257.00 Federal grant revenue
223,257.00 Professional Services
56,000 2009 Trasportation Bonds
Cost of this request
4470.0947.4309.00
4470.9470.5314.00
4520.9540.5314.00
Account Number
06035.1101
Project Number
Budgeted Item
$ 289,623.00 Historic Lafayette & Maple Bridges
Category / Project Budget Program Category / Project Name
$ - Street Improvements
Funds Used to Date Program / Project Category Name
$ 289,623.00 )9 Transportation Bonds & Federal Gr
Remaining Balance Fund Name
Budget Adjustment Attached
'�,,,qQ 5.1W Previous Ordinance or Resolution #
Date
Original Contract Date:
2 Original Contract Number:
Date
Finance and Internal Services Director Date
Date
13r
ate
Received in`Ctty ' — 1 : 1 1 ? i
Clerk's Office o .
Received in
Mayor's Office
Revised January 15, 2009
t
L•
aye0 eVle
ARKAI
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thru: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
From: Chris Brown, City Engineer
Date: February 4, 2013
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
Council Meeting of February 19, 2013
Subject: A Resolution approving an Agreement with McClelland Consulting Engineers, Inc. for
professional services for the rehabilitation of the historic Maple Street Bridge and
Lafayette Street Bridge in the amount of $279,045.55 and approve a Budget Adjustment.
BACKGROUND:
This project is located in downtown Fayetteville near the University campus on Maple Street and on Lafayette
Street over a single track of the Arkansas & Missouri Railroad. The concrete bridges were built in 1936 & 1938
with approximate lengths of 83' & 120', are listed on the National Register of Historic Places and will require
special rehabilitation work to retain this designation. It is the intent of the City to preserve and enhance the
historic attributes and life of both bridges in a cost effective way. The historic integrity of the bridges must be
maintained throughout the rehabilitation construction process.
On February 16, 2011 in response to a letter from the City requesting federal funding for the Maple and
Lafayette Street historic bridges, the City received a letter from the Arkansas State Highway and Transportation
Department advising that the subject bridges qualify for funding from the Federal -aid Highway Bridge
Replacement and Rehabilitation Program (HBRRP) to restore both bridges. The HBRRP utilizes 80%
Federal -aid and 20% local matching funds with a limitation of $1 million in Federal -aid available per project.
In subsequent correspondence, the AHTD also confirmed that the two bridges may be combined into a single
project for purposes of the program. The total estimate for rehabilitation of the two bridges (including deck
replacement of the Maple Street bridge) is approximately $1.4 million.
A request for Letters Of Interest was advertised on April 20, 2012 and the City received two valid responses on
May 16th. On May 25th, a Selection Committee containing City Staff and one City Council Member convened
and voted to request proposals from both firms. RFQ's were sent to both firms on July 3rd with a due date of
July 27th.
On July 30, 2012, a selection committee consisting of City staff and Alderman Bobby Ferrell selected
McClelland Consulting Engineers (MCE) of Fayetteville to provide these services, along with their bridge
subconsultants Horner and Shifrin of St. Louis. Since that time, the City has been working with the AHTD and
MCE to develop a contract acceptable to all parties.
THE CITY OF FAYETTEVILLE, ARKANSA2
PROPOSAL:
MCE has provided a proposed scope and fee in the amount of $279,045.55. This contract will be paid based on
hourly rates for work completed, up to the total contract amount. This contract has been reviewed and approved
by the AHTD, and is ready for review and approval by the City Council.
This design project will provide for the rehabilitation of two historic bridges including repairing/replacing the
retaining wall near the Lafayette Bridge only, repair/replace bridge railings, period lighting, deck surfacing,
expansion joints, abutment bearings, deck drains, concrete fascia beams, concrete abutment backwalls, concrete
sidewalk, and approach pavement. Storm drainage systems, relocated utility facilities, maintenance of traffic
and other incidental systems and facilities will be designed and constructed as necessary.
This design agreement has allotted 9 (nine) months for completion, however, this time frame may be extended
depending upon the review workload of the Arkansas State Highway and Transportation Department (AHTD).
The consultant will prepare and submit final plans and specifications to the City which will be used by AHTD
to advertise a separate construction project which will be administered solely by the AHTD.
RECOMMENDATION:
Staff recommends City Council approval of the contract with McClelland Consulting Engineers, Inc. for
providing the professional design services for the rehabilitation of the historic Maple Street Bridge and
Lafayette Street Bridge.
BUDGET IMPACT:
This project is based on an Agreement Of Understanding with AHTD in which Federal Aid money will pay
80% of the contract amount and the City will pay 20%. These services will be funded either through the
Transportation Bond Program or the CIP Program in an existing project set up for bridge cost sharing. The cost
of these services will not exceed $279,045.55, with the City's share being 20% or $55,809.11.
RESOLUTION NO.
A RESOLUTION APPROVING A PROFESSIONAL ENGINEERING DESIGN
SERVICES AGREEMENT WITH MCCLELLAND CONSULTING
ENGINEERS IN THE AMOUNT OF $279,045.55 FOR THE
REHABILITATION OF THE HISTORIC MAPLE STREET AND LAFAYETTE
STREET BRIDGES, AND APPROVING A BUDGET ADJUSTMENT
RECOGNIZING FEDERAL GRANT REVENUE IN THE AMOUNT OF
$223,257.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a
professional engineering design services agreement with McClelland Consulting Engineers in the
amount of $279,045.55 for the rehabilitation of the historic Maple Street and Lafayette Street
bridges.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached to this Resolution as Exhibit "A", recognizing
federal grant revenue in the amount of $223,257.00.
PASSED and APPROVED this 19'h day of February, 2013.
APPROVED:
LIONELD JORDAN, Mayor
ATTEST:
go
SONDRA E. SMITH, City Clerk/Treasurer
Project Request Form
Project Number
Project Title
Sub Project Request:
Sub Project Number
Sub Project Title
Sub Project Status
Sub Project Manager
Grant (Y/N)
Request for Additional Subprojects
06035
Transportation Bond Street Improvements
1101
Lafayette & Maple Bridges
Active
Chris Brown
Yes
GL Accounts Assigned: 4470.0947.4309.00 Federal Grants - Capital
4470.9470.5314.00 Professional Services
4520.9540.5314.00 Professional Services
Sub Project Request:
Sub Project Number
Sub Project Title
Sub Project Status
Sub Project Manager
Grant (Y/N)
GL Accounts Assigned:
Sub Project Request:
Sub Project Number
Sub Project Title
Sub Project Status
Sub Project Manager
Grant (Y/N)
GL Accounts Assigned:
J:\EXCEL\Historic Bridges\[Historic Bridges add accounts.xls]Additional Subprojects
Peggy Bell 2/4/2013
Requested By Entered By
AGREEMENT
FOR
ENGINEERING SERVICES
(LOCAL VERSION — COST PLUS FEE)
JOB NO. 040618
FEDERAL AID PROJECT ("FAP") NO. BRN-9142(29)
Maple St. & Lafayette St. Bridge Rehab.
(Fayetteville)(S)
Washington County
PREAMBLE
THIS AGREEMENT, entered into this day of , 2013, by and
between The City of Fayetteville, Arkansas("Owne r"), and McClelland Consulting Engineers, Inc.
("Consultant"), a corporation existing under the laws of the State of Arkansas, with principal
offices at 1810 North College Avenue, Fayetteville, Arkansas 72703 and 900 West Markham,
Little Rock, Arkansas 72203.
WITNESSETH:
WHEREAS, the City of Fayetteville is planning to rehabilitate the historic Maple Street
Bridge (Bridge Number 01940) and Lafayette Street Bridge (Bridge Number 01941), including
related approach work in Fayetteville, Arkansas, and requires the professional services from
McClelland Consulting Engineers, Inc. to perform a geotechnical evaluation, topographic survey,
design, construction administration, and construction observation, and,
WHEREAS, the City of Fayetteville's forces are fully employed on other urgent work that
prevents their early assignment to the aforementioned work; and,
WHEREAS, McClelland Consulting Engineers, Inc.'s staff is adequate and well qualified,
and it has been determined that its current workload will permit completion of the project on
schedule.
NOW THEREFORE, it is considered to be in the best public interest for the City of
Fayetteville to obtain the assistance of McClelland Consulting Engineers, Inc.'s organization in
connection with engineering services. In consideration of the faithful performance of each party
of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows:
1. PRELIMINARY MATTERS
1.1. "McClelland Consulting Engineers, Inc.'s Representative" shall be Daniel Barnes,
P.E., until written notice is provided to the City of Fayetteville designating a new
representative.
1.2. "Contract Ceiling Price." The Contract Ceiling Price for this Agreement is
$279,045.55
1.3. . The Contract Ceiling Price is the maximum aggregate amount of all payments that
the City of Fayetteville may become obligated to make under this Agreement. In no
event, unless modified in writing, shall total payments by the City of Fayetteville under
this Agreement exceed the Contract Ceiling Price. McClelland Consulting Engineers,
Inc. shall not be entitled to receive adjustment, reimbursement, or payment, nor shall the
City of Fayetteville, its officers, agents, employees, or representatives, incur any liability
for, any fee or cost, exceeding the Contract Ceiling Price. McClelland Consulting
Engineers, Inc. additionally agrees that half cell potential tests, bridge deck replacement
design, and analysis of existing structures for bridge deck replacement will not be
performed unless authorized by the City of Fayetteville.
1.4. "Contract Price" is aggregate amount of allowable costs and fees to be paid by the
City of Fayetteville under this Agreement.
1.5. "Default" means the failure of McClelland Consulting Engineers, Inc. to perform any
of the provisions of this Agreement. Default includes, but is not limited to, failure to
complete phases of the work according to schedule or failure to make progress in the
work so as to endanger timely performance of this Agreement, failure to pay
subcontractors in a timely manner, failure to comply with federal and state laws, and
failure to comply with certifications made in or pursuant to this Agreement.
1.6. "Department" or "AHTD" means the Arkansas State Highway and Transportation
Department.
1.7. "DOT" means the United States Department of Transportation.
1.8. "FAR" means the Federal Acquisition Regulations, codified in 48 C.F.R.
1.9. "Fee" whether fixed or otherwise is a dollar amount that includes McClelland
Consulting Engineers, Inc.'s profit on the job.
1.10. "FHWA' means the Federal Highway Administration.
1.11. "Indirect Cost Rate." The Indirect Cost Rate is defined in the provisions of 48 C.F.R.
Part 31, and is also subject to any limitations contained herein. The Indirect Cost Rate
for McClelland Consulting Engineers, Inc. under this Agreement shall be 184.34 percent.
If applicable, the Indirect Cost Rate for each subcontractor shall be listed in Appendix B.
1.12. "Title I Services" are those services provided by McClelland Consulting Engineers,
Inc. before the award of the contract for the construction of the Project, consisting
primarily of engineering services for the planning or design of the Project.
1.13. "Title I Services Ceiling Price." The Title I Services Ceiling Price for this Agreement is
$250,044.26. The Title I Services Ceiling price is the maximum aggregate amount of all
payments that the City of Fayetteville may become obligated to make under this
Agreement for fees and costs related to Title I Services. In no event, unless modified in
writing, shall total payments by the City of Fayetteville related to Title I Services exceed
the Title I Services Ceiling Price. McClelland Consulting Engineers, Inc. shall not be
entitled to receive adjustment, reimbursement, or payment for, nor shall the City of
Fayetteville, its officers, agents, employees, or representatives, incur any liability for, any
fee or cost related to, Title I Services exceeding the Title I Services Ceiling Price.
1,14. "Title II Multiplier" (if applicable) is the mark-up by which the fee and indirect costs
associated with Title 11 services are calculated. The Title II Multiplier, which accounts for
the fee and indirect costs, is multiplied by the salary rate, as shown on the Schedule of
Salary Ranges, of the particular individual(s) performing the Title 11 services. The Title II
Multiplier for the term of this Agreement is 3.18.
1.15. "Title II Services" are those services provided by McClelland Consulting Engineers,
Inc. after the award of the contract for the construction of the Project, consisting primarily
of engineering services during the construction of the Project.
1.16. "Title II Services Ceiling Price". The Title II Services Ceiling Price for this Agreement
is $29,001.29. The Title II Services Ceiling price is the maximum aggregate amount of
2
all payments that the City of Fayetteville may become obligated to make under this
Agreement for fees and costs related to Title II Services. In no event, unless modified in
writing, shall total payments by the City of Fayetteville related to Title II Services exceed
the Title II Services Ceiling Price. McClelland Consulting Engineers, Inc. shall not be
entitled to receive adjustment, reimbursement, or payment for, nor shall the City of
Fayetteville, its officers, agents, employees, or representatives, incur any liability for, any
fee or cost related to, Title II Services exceeding the Title II Services Ceiling Price.
2. TYPE OF AGREEMENT
2.1. This Agreement is a cost -plus -fixed -fee contract. McClelland Consulting Engineers,
Inc. is being hired to perform professional engineering services in connection with the
Project as set forth herein. In consideration for Title I services performed, the City of
Fayetteville will reimburse McClelland Consulting Engineers, Inc. for allowable direct and
indirect costs, as defined herein, and pay McClelland Consulting Engineers, Inc. a fixed
fee. If Title II services are to be performed, the City of Fayetteville will reimburse
McClelland Consulting Engineers, Inc. for allowable direct costs and also pay
McClelland Consulting Engineers, Inc. an amount determined by multiplying the salary
rate of the individual(s) performing the Title II services, as shown on the Schedule of
Salary Ranges, by the Title II Multiplier.
2.2. The Project to be performed under this Agreement is a federally -assisted project and
federal funds will be used, in part, to pay McClelland Consulting Engineers, Inc..
Therefore, notwithstanding any provision of this Agreement, all payments, costs, and
expenditures are subject to the requirements and limitations of 48 C.F.R. Part 31, and
McClelland Consulting Engineers, Inc. shall certify the accuracy of all invoices and
requests for payment, along with supporting documentation and any information
provided in determining the Indirect Cost Rates.
3. COSTS, FEES, AND PAYMENT
3.1. Allowable costs,
3.1.1.Allowable costs are subject to the limitations, regulations, and cost principles and
procedures in 48 C.F.R. Part 31, which are expressly incorporated into this
Agreement by reference. For the purpose of reimbursing allowable costs (except
as provided in subparagraph 2 below, with respect to pension, deferred profit
sharing, and employee stock ownership plan contributions), the term costs includes
only-
3.1.1.1. Those recorded costs that, at the time of the request for reimbursement,
McClelland Consulting Engineers, Inc. has paid by cash, check, or other form
of actual payment for items or services purchased directly for the Agreement;
3.1.1.2. When McClelland Consulting Engineers, Inc. is not delinquent in paying
costs of contract performance in the ordinary course of business, costs
incurred, but not necessarily paid, for —
Materials issued from McClelland Consulting Engineers, Inc.'s inventory
and placed in the production process for use in its performance under this
Agreement;
• Direct labor;
3
• Direct travel;
• Other direct in-house costs; and
• Properly allocable and allowable indirect costs, as shown in the records
maintained by McClelland Consulting Engineers, Inc. for purposes of
obtaining reimbursement under government contracts; and
• The amount of progress payments that have been paid to McClelland
Consulting Engineers, Inc.'s subcontractors under similar cost standards.
3.1.2.McClelland Consulting Engineers, Inc.'s contributions to any pension or other post -
retirement benefit, profit-sharing or employee stock ownership plan funds that are
paid quarterly or more often may be included in indirect costs for payment
purposes; provided, that McClelland Consulting Engineers, Inc. pays the
contribution to the fund within 30 days after the close of the period covered.
Payments made 30 days or more after the close of a period shall not be included
until McClelland Consulting Engineers, Inc. actually makes the payment. Accrued
costs for such contributions that are paid less often than quarterly shall be excluded
from indirect costs for payment purposes until McClelland Consulting Engineers,
Inc. actually makes the payment.
3.1.3.Notwithstanding the audit and adjustment of invoices or vouchers, allowable indirect
costs under this Agreement shall be obtained by applying Indirect Cost Rates
established in accordance with Subsection 3.3 below.
3.1.4.Any statements in specifications or other documents incorporated in this Agreement
by reference designating performance of services or furnishing of materials at
McClelland Consulting Engineers, Inc.'s expense or at no cost to the City of
Fayetteville shall be disregarded for purposes of cost -reimbursement.
3.2. Salaries. The following schedule covers the classification of personnel and the salary
ranges for all personnel anticipated to be assigned to this project by McClelland
Consulting Engineers, Inc.:
3.2.1.1. SCHEDULE OF SALARY RANGES
Labor Classification
Labor Rate Range
Principal Engineer
$41.27 - $50.50
Project Engineer
$25.84 - $41.40
Engineering Technician
$16.50 - $30.00
Construction Observer
$15.00 - $31.25
Chief Draftsman
$22.00 - $25.00
Draftsman
$15.38 - $19.00
Survey Technician
$17.00 - $27.00
Registered Land Surveyor
$21.50 - $32.00
Field Survey (1-man or Rodman)
$16.50 - $24.00
Survey (2- man or Robotic) Crew
$17.00 - $27.00
Geotech Engineer
$26.66 - $41.40
Soils Lab Supervisor
$16.25 - $21.50
Soils Lab Technician
$12.90 - $15.25
Office Administration
$14.50 - $19.50
Clerical
$10.50 - $20.00
4
3.2.1.2. The City of Fayetteville shall reimburse McClelland Consulting Engineers,
Inc. for overtime costs only when the overtime has been authorized in writing
by the City of Fayetteville. When authorized, overtime shall be reimbursed at
the rate of time and one-half for all nonexempt employees. Notwithstanding
this provision, McClelland Consulting Engineers, Inc. must comply with all
federal and state wage and hour laws and regulations, regardless whether the
overtime is considered reimbursable under this Agreement.
3.3. Indirect Cost Rates.
3.3.1.Allowable indirect costs incurred by McClelland Consulting Engineers, Inc. shall
also be reimbursed by the City of Fayetteville at the Indirect Cost Rate. The
Indirect Cost Rate of McClelland Consulting Engineers, Inc. for this Agreement shall
be the rate as set forth in subsection 1.11. If applicable, the Indirect Cost Rate for
subcontractors shall be determined in the same manner and subject to the same
limitations as McClelland Consulting Engineers, Inc., and shall be listed for each
subcontractor identified in Appendix B. The Indirect Cost Rate, or any adjustment
thereto, shall not change any monetary ceiling, contract obligation, or specific cost
allowance, or disallowance provided for in this Agreement except as provided for in
sections 3.3.4. and 3.3.5. The Indirect Cost Rate must reflect the allowable indirect
costs pursuant to 48 C.F.R. Part 31 ("FAR").
3.3.2.In establishing the Indirect Cost Rate or proposing any adjustment thereto,
McClelland Consulting Engineers, Inc. shall, upon request, submit to the City of
Fayetteville, FHWA, or their representatives an audited indirect cost rate and
supporting cost data in accordance with the requirements set forth in the current
Arkansas Highway & Transportation Department Indirect Cost Rate Audit
Requirements.
3.3.3.During the term of this Agreement, if an audit of a subsequent accounting period of
McClelland Consulting Engineers, Inc. demonstrates that McClelland Consulting
Engineers, Inc. has incurred allowable indirect costs at a different rate than the
Indirect Cost Rate, the Indirect Cost Rate shall be adjusted. Any adjustment is
subject to the audit and documentation requirements of the FAR and the current
Arkansas Highway & Transportation Department Indirect Cost Rate Audit
Requirements. Except in the case of a provisional Indirect Cost Rate, as provided
in the following subparagraphs, or the disallowance of cost following a subsequent
audit, any adjustment to the Indirect Cost Rate shall be effective only prospectively
from the date that the adjustment is accepted.
3.3.4.In order to expedite some projects, when an audited indirect cost rate has not yet
been submitted and approved, the City of Fayetteville may extend a temporary
waiver and accept a provisional indirect cost rate. This provisional rate must be
reviewed by, and receive a positive recommendation from the Arkansas Highway
and Transportation Department's Chief Auditor. The provisional cost proposal must
be accompanied by written assurance from an independent CPA that he/she has
been engaged to audit the costs in accordance with the above requirements. The
anticipated audit must be based on costs incurred in the most recently completed
fiscal year for which the cost data is available, with the audit scheduled to begin
within a reasonable time frame. If the date of the initial cost proposal is within the
last quarter of the current fiscal year, the audit may be delayed until the current
fiscal year is closed and the final cost data is available. The written assurance from
the CPA that he or she has been engaged to perform the audit at an appropriate
time is still required.
3.3.5.Once an audited indirect cost rate is approved, the ceiling prices provided for in the
initial agreement using the provisional indirect cost rate will be adjusted with a
supplemental agreement to implement the resulting increase or decrease from
revising the indirect cost rate, and all amounts paid McClelland Consulting
Engineers, Inc. prior to receipt and acceptance of an audited indirect cost rate will
be retroactively adjusted for changes in the indirect cost rate. However, no
changes in hours, fixed fees, or other costs will be allowed as a result of applying
the audited indirect cost rate.
3.4. Fees. The justification for the fees and costs is contained in Appendix A. In addition
to reimbursement of the allowable costs as set forth above, the City of Fayetteville shall
pay to McClelland Consulting Engineers, Inc. a fixed fee of $7,844.18. for Title I
Services. For Title II Services, if applicable, the City of Fayetteville shall reimburse
McClelland Consulting Engineers, Inc. for allowable direct costs and also pay to
McClelland Consulting Engineers, Inc. an amount determined by multiplying the salary
rate of the individual(s) performing the Title II Services, as shown on the Schedule of
Salary Ranges, by the Title II Multiplier. The Title II Multiplier shall account for all fees
and indirect costs associated with Title II services.
3.5. Invoices, Reimbursement, and Partial Payments. Submission of invoices and
payment of the fees shall be made as follows, unless modified by the written agreement
of both parties:
3.5.1.Not more often than once per month, McClelland Consulting Engineers, Inc. shall
submit to the City of Fayetteville, in such form and detail as the City of Fayetteville
may require, an invoice or voucher supported by a statement of the claimed
allowable costs for performing this Agreement, and estimates of the amount and
value of the work accomplished under this Agreement. The invoices for costs and
estimates for fees shall be supported by any data requested by the City of
Fayetteville.
3.5.2.In making estimates for fee purposes, such estimates shall include only the amount
and value of the work accomplished and performed by McClelland Consulting
Engineers, Inc. under this Agreement which meets the standards of quality
established under this Agreement. McClelland Consulting Engineers, Inc. shall
submit with the estimates any supporting data required by the City of Fayetteville.
At a minimum, the supporting data shall include a progress report in the form and
number required by the City of Fayetteville.
3.5.3.Upon approval of the estimate by the City of Fayetteville, payment upon properly
executed vouchers shall be made to McClelland Consulting Engineers, Inc., as
soon as practicable, of 100 percent of the allowed costs, and of 90 percent of the
approved amount of the estimated fee, less all previous payments. Notwithstanding
any other provision of this Agreement, only costs and fees determined to be
allowable by the City of Fayetteville in accordance with subpart 31.2 of the Federal
Acquisition Regulations (FAR) in effect on the date of this Agreement and under the
terms of this Agreement shall be reimbursed or paid.
3.5.4.Before final payment under the Agreement, and as a condition precedent thereto,
McClelland Consulting Engineers, Inc. shall execute and deliver to the City of
Fayetteville a release of all claims which are known or reasonably could have been
known to exist against the City of Fayetteville arising under or by virtue of this
Agreement, other than any claims that are specifically excepted by McClelland
2
Consulting Engineers, Inc. from the operation of the release in amounts stated in
the release.
3.6. Title I Services, Title 11 Services, and Contract Ceiling Prices. The parties agree that
aggregate payments under this Agreement, including all costs and fees, shall not
exceed the Contract Ceiling Price. The parties further agree that aggregate payments
for Title I services under this Agreement, including all costs and fees, shall not exceed
the Title I Services Ceiling Price; and that aggregate payments for Title II services under
this Agreement, including all costs and fees, shall not exceed the Title II Services Ceiling
Price. No adjustment of the Indirect Cost Rate or the Title II Multiplier, claim, or dispute
shall affect the limits imposed by these ceiling prices. No payment of costs or fees shall
be made above these ceiling prices unless the Agreement is modified in writing.
3.7. Final payment
3.7.1.McClelland Consulting Engineers, Inc. shall submit a completion invoice or voucher,
designated as such, promptly upon completion of the work, but no later than forty-
five (45) days (or longer, as the City of Fayetteville may approve in writing) after the
completion date. Upon approval of the completion invoice or voucher, and upon
McClelland Consulting Engineers, Inc.'s compliance with all terms of this
Agreement, the City of Fayetteville shall promptly pay any balance of allowable
costs and any retainage owed to McClelland Consulting Engineers, Inc.. After the
release of said retainage McClelland Consulting Engineers, Inc. agrees that it will
continue to provide consultation services to the City of Fayetteville as needed
through supplemental agreement(s) with respect to the contracted services under
this Agreement until all work is completed under both Title I and Title II.
3.7.2.McClelland Consulting Engineers, Inc. shall pay to the City of Fayetteville any
refunds, rebates, credits, or other amounts (including interest, if any) accruing to or
received by McClelland Consulting Engineers, Inc. or any assignee under this
Agreement, to the extent that those amounts are properly allocable to costs for
which McClelland Consulting Engineers, Inc. has been reimbursed by the City of
Fayetteville. Reasonable expenses incurred by McClelland Consulting Engineers,
Inc. for securing refunds, rebates, credits, or other amounts shall be allowable costs
if approved by the City of Fayetteville. Before final payment under this Agreement,
McClelland Consulting Engineers, Inc. and each assignee whose assignment is in
effect at the time of final payment shall execute and deliver—
• An assignment to the City of Fayetteville, in form and substance satisfactory to
the City of Fayetteville, of refunds, rebates, credits, or other amounts (including
interest, if any) properly allocable to costs for which McClelland Consulting
Engineers, Inc. has been reimbursed by the City of Fayetteville under this
Agreement; and,
• A release discharging the City of Fayetteville, its officers, agents, and employees
from all liabilities, obligations, and claims which were known or could reasonably
have been known to exist arising out of or under this Agreement.
3.8. City of Fayetteville's Right to Withhold Payment. The City of Fayetteville may
withhold payment to such extent as it deems necessary as a result of: (1) third party
claims arising out of the services of McClelland Consulting Engineers, Inc. and made
against the City of Fayetteville; (2) evidence of fraud, over -billing, or overpayment; (3)
inclusion of non -allowable costs; (4) failure to make prompt payments to subcontractors
in the time provided by this Agreement; (5) payment requests received including fees
for unapproved subcontractors; and/or (6) McClelland Consulting Engineers, Inc.'s
default or unsatisfactory performance of services. The withholding of payment under
this provision shall in no way relieve McClelland Consulting Engineers, Inc. of its
obligation to continue to perform its services under this Agreement.
4. DISALLOWANCE OF COSTS
4.1. Notwithstanding any other clause of this Agreement, the City of Fayetteville may at
any time issue to McClelland Consulting Engineers, Inc. a written notice of intent to
disallow specified costs incurred or planned for incurrence under this Agreement that
have been determined not to be allowable under the contract terms.
4.2, Failure to issue a notice under this Section shall not affect the City of Fayetteville's
rights to take exception to incurred costs.
4.3. If a subsequent audit reveals that: (1) items not properly reimbursable have, in fact,
been reimbursed as direct costs; or (2) that the Indirect Cost Rate contains items not
properly reimbursable under the FAR; then, in the case of indirect costs, the Indirect
Cost Rate shall be amended retroactively to reflect the actual allowable indirect costs
incurred, and, in the case of both direct and indirect costs, the City of Fayetteville may
offset, or McClelland Consulting Engineers, Inc. shall repay to City of Fayetteville, any
overpayment.
5. RECORDS & AUDITS
5.1. Records includes books, documents, accounting procedures and practices, and other
data, regardless of type and regardless of whether such items are in written form, in the
form of computer data, or in any other form.
5.2. Examination. McClelland Consulting Engineers, Inc. shall maintain, and the City of
Fayetteville, AHTD, FHWA, and their authorized representatives shall have the right to
examine and audit all records and other evidence sufficient to reflect properly all costs
(direct and indirect) claimed to have been incurred or anticipated to be incurred in
performance of this Agreement. This right of examination shall also include examination
and audit of any records considered, relied upon, or relating to the determination of the
Indirect Cost Rate or any certification thereof, including any CPA audit relied upon to
establish the rate. This right of examination shall also include inspection at all
reasonable times of McClelland Consulting Engineers, Inc.'s offices and facilities, or
parts of them, engaged in performing the Agreement.
5.3. Supporting Data. If McClelland Consulting Engineers, Inc. has been required to
submit data in connection with any action relating to this Agreement, including the
negotiation of or pre -negotiation audit of the Indirect Cost Rate, the negotiation of the
Fee, request for cost reimbursement, request for payment, request for an adjustment, or
assertion of a claim, the City of Fayetteville, AHTD, FHWA, or their authorized
representatives, in order to evaluate the accuracy, completeness, and accuracy of the
data, shall have the right to examine and audit all of McClelland Consulting Engineers,
Inc.'s records, including computations and projections, related to—
• The determination or certification of the Indirect Cost Rate, including any
independent CPA audit or certification thereof;
• Any proposal for the Agreement, subcontract, or modification;
• Discussions conducted on the proposal(s), including those related to negotiating;
E-1
Fees or allowable costs under the Agreement, subcontract, or modification;
• Performance of the Agreement, subcontract or modification; or,
• The amount and basis of any claim or dispute.
5.4, Audit. The City of Fayetteville, AHTD, FHWA, or their authorized representatives,
shall have access to and the right to examine any of McClelland Consulting Engineers,
Inc.'s records involving transactions related to this Agreement or a subcontract
hereunder.
5.5. Reports. If McClelland Consulting Engineers, Inc. is required to furnish cost, funding,
or performance reports, the City of Fayetteville, AHTD, FHWA, or their authorized
representatives shall have the right to examine and audit the supporting records and
materials, for the purpose of evaluating (1) the effectiveness of McClelland Consulting
Engineers, Inc.'s policies and procedures to produce data compatible with the objectives
of these reports and (2) the data reported.
5.6. Availability. McClelland Consulting Engineers, Inc. shall retain and make available at
its office at all reasonable times the records, materials, and other evidence described in
this Section and Section 28, Disputes and Claims, for examination, audit, or
reproduction, until five years after final payment under this Agreement, or for any longer
period required by statute or by other clauses of this Agreement. In addition—
5.6.1.If this Agreement is completely or partially terminated, the records relating to the
work terminated shall be retained and made available for five years after the
termination; and,
5.6.2.Records relating to any claim or dispute, or to litigation or the settlement of claims
arising under or relating to this Agreement shall be retained and made available
until after any such claims or litigation, including appeals, are finally resolved.
5.7. McClelland Consulting Engineers, Inc. shall insert a clause containing all the terms of
this Section in all subcontracts under this Agreement.
5.8. Freedom of Information Act. City of Fayetteville contracts and documents prepared
while performing City of Fayetteville contractual work are subject to the Arkansas
Freedom of Information Act. If a Freedom of Information Act request is presented to the
City of Fayetteville, McClelland Consulting Engineers, Inc. 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.
6. DESCRIPTION OF THE PROJECT
6.1. The City of Fayetteville is planning to rehabilitate the historic Maple Street Bridge and
Lafayette Street Bridge, including related approach work, and requires the professional
services from McClelland Consulting Engineers, Inc. to perform a geotechnical
evaluation, survey, environmental documentation, design, and engineering management
services during construction.
N
7. INFORMATION AND TITLE I SERVICES TO BE PROVIDED BY MCCLELLAND
CONSULTING ENGINEERS, INC.
7.1. Survey
• Complete a detailed topographic, property, and utility survey as needed for
design of the improvements as listed in Paragraph 6.1. Elevation control will be
established using AHTD elevation procedures.
7.2. Geotechnical Investigation .
• Drill two borings adjacent to the rotated retaining wall located in the eastern
approach of the Lafayette Street Bridge.
• Obtain samples of the soil strata.
• Obtain core samples of the underlying rock strata.
• Perform laboratory tests for moisture content, classifications, unit weights,
unconfined compression tests.
• Interpret and evaluate geotechnical data for retaining wall design/rehabilitation
and the pavement structure.
• Perform two pavement cores on each bridge approach (8 total cores) to
determine existing pavement section.
• Take six concrete samples (cores) from each bridge deck and perform 30
chloride tests.
• Perform chain drag testing on each bridge deck. The City of Fayetteville will be
responsible for the removal of the asphalt on the bridge decks.
• Complete Half -Cell Potential Test (2 Each if chloride content warrants).
7.3. Environmental Documentation
• Environmental Data Collection - Preliminary environmental data associated with
the proposed project area will be collected and assessed for the social,
economic, and environmental impacts area, including:
1. Air Quality
2. Noise Quality
3. Hazardous Materials
4. Wetlands and Stream Impacts
5. Water Quality, including Public Drinking Supplies
6. Farmland
7. Land Use and Land Cover
8. Terrestrial and Aquatic Communities
9. Endangered Species
10. Economic
11. Community
12. Relocations of Homes and Businesses
13. Environmental Justice and Title VI
14. Recreational Areas
15. Archeological and Historic Sites
16. Visual
17. Section 4(f)
18. Secondary and Cumulative Impacts
Coordinate with relevant regulatory agencies as required (FEMA, USACOE,
SHPO, ADEQ, USFWS and others) to resolve environmental issues and obtain
permits.
Environmental Constraints Map - All environmental data collected will be
transferred to appropriately scaled aerial photographs to produce a map that
indicates all known environmentally sensitive areas.
10
• Prepare environmental document, including cultural resources clearance from
the State Historic Preservation Office. A Tier 3 Categorical Exclusion is likely
the required documentation. Include location studies and Section 4(f)
evaluations if necessary.
• Submit draft environmental document in electronic format for review by the City
of Fayetteville and AHTD.
• Perform alterations necessary to respond to comments made in the City of
Fayetteville's and AHTD's reviews.
• Submit final draft to the City of Fayetteville and AHTD for FHWA approval.
• Prepare designated number of copies of environmental document after FHWA
approval and distribute as directed. An electronic copy of the approved
environmental document in pdf form will be provided to the AHTD.
7.4. Design
• Prepare project design criteria and submit to AHTD for review before preliminary
design work. AHTD Standard Specifications for Highway Construction will be
used.
• Complete site visit for visual verification of previous bridge inspection.
• Develop an engineering design for the, roadway approach improvements and
associated utility relocations, as needed. Submit design plans for review by the
City of Fayetteville and AHTD at the 30%, 60%, and 90% stages. Submit an
updated cost estimate with each design review, include costs for utilities,
railroad permits, railroad personnel & equipment, etc at applicable.
o Maple Street Bridge Design Scope
■ Complete approach design
■ Coordinate non city owned utility relocations
• Design city owned utility relocations/extensions.
o Lafayette Street Bridge Design Scope
■ Complete approach design
■ Coordinate non city owned utility relocations
■ Design city owned utility relocations/extensions
• Replace or repair leaning wall at SW corner of approach using
original plans to replicate existing wall — Take design from
Horner and Shifrin, Inc and develop construction drawings,
• Prepare necessary exhibits, and attend all necessary public involvement
meetings and public hearings (5 total).
• Coordinate design and construction with franchise utility companies' relocations
to assure adequate space for all facilities and timely relocations.
• Coordinate with Railroad to obtain any permits necessary for the Contractor to
perform the work.
• Prepare final construction plans and specifications for the roadway approach
improvements. Plans will be completed in both Microstation and AutoCAD
formats.
• Provide right of way acquisition documents and engineering services required
for acquisition of rights of way and easements if needed.
• Provide a final set of signed and sealed roadway approach improvement
drawings to AHTD Bridge Division for record purposes.
• When requested, clarify and technical issues that may arise from contractors
preparing a bid, and provide written documentation to assist in issuing addenda,
as needed.
11
8. INFORMATION TO BE PROVIDED BY THE CITY OF FAYETTEVILLE
8.1. The City of Fayetteville shall make available to McClelland Consulting Engineers, Inc.
all technical data in the City of Fayetteville's possession, including laboratory tests,
maps, surveys, borings, and other information required by McClelland Consulting
Engineers, Inc. and relating to McClelland Consulting Engineers, Inc.'s work.
9. TITLE 11 SERVICES TO BE PROVIDED BY MCCLELLAND CONSULTING ENGINEERS
INC.
9.1. Survey Control
McClelland Consulting Engineers, Inc. shall establish the survey control baseline(s)
along with sufficient baseline control points and benchmarks at appropriate intervals
along the project for use by the Contractor and McClelland Consulting Engineers, Inc.
in performing verification surveys of construction layout. McClelland Consulting
Engineers, Inc. shall (1) make and record such measurements as are necessary to
calculate and document quantities for pay items; and (2) perform incidental
engineering surveys as may be necessary to carry out the services covered by this
agreement and to verify and confirm the accuracy of the Contractor's survey layout
work. All survey work shall be performed under the supervision of a Surveyor
registered in the State of Arkansas.
9.2. Engineering Management Services
• Review of shop drawings and submittals, as requested.
• Provide design related solutions to construction problems and issues that may arise
during construction.
• Assist the City of Fayetteville in preparing for any litigation or other action that may
arise as a result of the Project.
• McClelland Consulting Engineers, Inc. does not make any representation as to the
legal sufficiency of contracts it helps to coordinate and the City of Fayetteville if solely
responsible for determining that all contracts meet its legal requirements.
• Prepare the SWPPP documents and plans, and insure that all requirements of ADEQ
and the City of Fayetteville are met.
10. COORDINATION WITH CITY OF FAYETTEVILLE
10.1. Throughout the Project, McClelland Consulting Engineers, Inc. shall hold monthly
conferences, if needed, in Fayetteville, Arkansas, or such other location as designated
by the City of Fayetteville, with representatives of the City of Fayetteville, the AHTD, and
the FHWA so that as the Project progresses, McClelland Consulting Engineers, Inc.
shall have full benefit of the City of Fayetteville's knowledge of existing needs and
facilities and be consistent with the City of Fayetteville's current policies and practices.
The extent and character of the work to be done by McClelland Consulting Engineers,
Inc. shall be subject to the general oversight and approval of the City of Fayetteville.
11. OFFICE LOCATION FOR REVIEW OF WORK
11.1. Review of the work as it progresses and all files and documents produced under this
Agreement may be made by representatives of the City of Fayetteville, the AHTD, and
the FHWA at the project office of McClelland Consulting Engineers, Inc. located in
12
Fayetteville or Little Rock, Arkansas or at the regional offices of McClelland Consulting
Engineers, Inc. located in N/A or McClelland Consulting Engineers, Inc.'s Arkansas
office located at N/A.
12. ACCESS TO PROPERTY
12.1. McClelland Consulting Engineers, Inc.'s services to the City of Fayetteville may
require entry upon private property. The City of Fayetteville will present or mail to
private landowners a letter of introduction and explanation, describing the work, which
shall be drafted by McClelland Consulting Engineers, Inc.. McClelland Consulting
Engineers, Inc. will make reasonable attempts to notify resident landowners who are
obvious and present when McClelland Consulting Engineers, Inc. is in the field.
McClelland Consulting Engineers, Inc. is not expected to provide detailed contact with
individual landowners. McClelland Consulting Engineers, Inc. is not expected to obtain
entry by means other than the consent of the landowner. If McClelland Consulting
Engineers, Inc. is denied entry to private property by the landowner, McClelland
Consulting Engineers, Inc. will not enter the property. If denied entry to the property,
McClelland Consulting Engineers, Inc. shall notify the City of Fayetteville and advise the
City of Fayetteville of an alternate evaluation method if one is feasible. The City of
Fayetteville shall decide on the course of action to obtain access to the property.
13. DELIVERABLES
13.1. Meeting minutes, correspondence, bi-weekly project estimates, materials testing
reports, environmental documents, design submittals and survey data files for the
project. At the close of the project, the records will be assembled in accordance with
current City of Fayetteville and AHTD policies and submitted to the City of Fayetteville
and AHTD for review and approval.
14. SUBCONTRACTING
14.1. Unless expressly disclosed in Appendix B, McClelland Consulting Engineers, Inc.
may not subcontract any of the services to be provided herein without the express
written approval of the City of Fayetteville. All subcontractors, including those listed in
Appendix B, shall be bound by the terms of this Agreement. All subcontractors shall be
subject to all contractual and legal restrictions concerning payment and determination of
allowable costs, and subject to all disclosure and audit provisions contained herein and
in any applicable federal or state law.
14.2. Unless the consent or approval specifically provides otherwise, neither consent by
the City of Fayetteville to any subcontract nor approval of McClelland Consulting
Engineers, Inc.'s purchasing system shall constitute a determination (1) of the
acceptability of any subcontract terms or conditions, (2) of the acceptability of any
subcontract price or of any amount paid under any subcontract, or (3) to relieve
McClelland Consulting Engineers, Inc. of any responsibility, obligation, or duty under this
Agreement.
14.3. No subcontract placed under this Agreement shall provide for payment on a cost-
plus -a -percentage -of -cost basis, and any fee payable under cost -reimbursement
subcontracts shall not exceed the fee limitations of the FAR.
14.4, Furthermore, notwithstanding any other provision within this Agreement, no
reimbursement or payment for any markup of the cost of any subcontract shall be
13
considered by the City of Fayetteville without the express written agreement of the City
of Fayetteville.
14.5. Prompt Payment. McClelland Consulting Engineers, Inc. shall pay subcontractors for
satisfactory performance of their subcontracts within 30 days of receipt of each payment
by the City of Fayetteville to McClelland Consulting Engineers, Inc.. Any retainage
payments held by McClelland Consulting Engineers, Inc. must be returned to the
subcontractor within 30 days after the subcontractor's work is completed. Failure to
comply with this provision shall be considered a Default by McClelland Consulting
Engineers, Inc.. If McClelland Consulting Engineers, Inc. fails to comply with this
provision, in addition to any other rights or remedies provided under this Agreement, the
City of Fayetteville, at its sole option and discretion, may:
• make payments directly to the subcontractor and offset such payments, along with
any administrative costs incurred by the City of Fayetteville, against reimbursements
or payments otherwise due McClelland Consulting Engineers, Inc.;
• notify any sureties; and/or,
• withhold any or all reimbursements or payments otherwise due to McClelland
Consulting Engineers, Inc. until McClelland Consulting Engineers, Inc. ensures that
the subcontractors have been and will be promptly paid for work performed.
14.6. McClelland Consulting Engineers, Inc. shall insert a clause containing all the terms of
this Section in all subcontracts under this Agreement.
15. RESPONSIBILITY OF MCCLELLAND CONSULTING ENGINEERS, INC.
15.1. Notwithstanding any review, approval, acceptance, or payment by the City of
Fayetteville, McClelland Consulting Engineers, Inc. shall be responsible for the
professional quality, technical accuracy, and the coordination of all designs, drawings,
specifications, and other services furnished by McClelland Consulting Engineers, Inc.
under this Agreement. McClelland Consulting Engineers, Inc. shall, without additional
compensation, correct or revise any errors or deficiencies in its designs, drawings,
specifications, and other services.
15.2. McClelland Consulting Engineers, Inc. shall demonstrate to the City of Fayetteville
the presence and implementation of quality assurance in the performance of McClelland
Consulting Engineers, Inc.'s work. McClelland Consulting Engineers, Inc. shall identify
individual(s) responsible, as well as methods used to determine the completeness and
accuracy of drawings, specifications, and cost estimates.
15.3. McClelland Consulting Engineers, Inc. further agrees that in its performance of work
under this Agreement, it shall adhere to the requirements in the Design Standards of the
AHTD and FHWA, which shall be incorporated herein by reference.
15.4. The City of Fayetteville shall have the right at any time and in its sole discretion to
submit for review all or any portion of McClelland Consulting Engineers, Inc.'s work to
consulting engineers engaged by the City of Fayetteville for that purpose. McClelland
Consulting Engineers, Inc. shall fully cooperate with any such review.
15.5. McClelland Consulting Engineers, Inc. and any subcontractor shall employ qualified
and competent personnel to perform the work under this Agreement.
15.6. Neither the City of Fayetteville's review, approval, or acceptance of, nor payment for,
the services required under this Agreement shall be construed to operate as a waiver of
14
any rights under this Agreement, or of any cause of action arising out of the performance
of this Agreement. McClelland Consulting Engineers, Inc. shall be and remain liable to
the City of Fayetteville for all damages to the City of Fayetteville caused by McClelland
Consulting Engineers, Inc.'s negligent performance of any of the services furnished
under this Agreement.
15.7. The rights and remedies of the City of Fayetteville provided under this Agreement are
in addition to any other rights and remedies provided by law.
15.8. If McClelland Consulting Engineers, Inc. is comprised of more than one legal entity,
each such entity shall be jointly and severally liable hereunder.
16. WARRANTY OF SERVICES
16.1. Definitions. Acceptance, as used in this Agreement, means the act of an authorized
representative of the City of Fayetteville by which the City of Fayetteville approves
specific services, as partial or complete performance of the Agreement. Correction, as
used in this Agreement, means the elimination of a defect.
16.2. Notwithstanding inspection and acceptance by the City of Fayetteville or any
provision concerning the conclusiveness thereof, McClelland Consulting Engineers, Inc.
warrants that all services performed and work product under this Agreement will, at the
time of acceptance, be free from defects in workmanship and conform to the
requirements of this Agreement.
16.3. If McClelland Consulting Engineers, Inc. is required to correct or re -perform, it shall
be at no cost to the City of Fayetteville, and any services corrected or re -performed by
McClelland Consulting Engineers, Inc. shall be subject to this Section to the same extent
as work initially performed. If McClelland Consulting Engineers, Inc. fails or refuses to
correct or re -perform, the City of Fayetteville may, by contract or otherwise, correct or
replace with similar services and charge to McClelland Consulting Engineers, Inc. the
cost occasioned to the City of Fayetteville thereby, or make an equitable adjustment in
the Contract Price.
16.4. If the City of Fayetteville does not require correction or re -performance, the City of
Fayetteville shall make an equitable adjustment in the Contract Price.
16.5. Nothing within this Section shall constitute a waiver or exclusion of any other right or
remedy that the City of Fayetteville may possess at law or under this Agreement.
17. TERM, COMMENCEMENT, AND COMPLETION
17.1. This Agreement shall commence on the effective date set forth above and remain in
effect until the completion of McClelland Consulting Engineers, Inc.'s Scope of Services,
as defined herein, to be completed within a period of nine (9) months, unless extended
or terminated by the City of Fayetteville in accordance with this Agreement.
17.2. McClelland Consulting Engineers, Inc. shall begin work under the terms of this
Agreement within ten (10) days of receiving written notice to proceed. [If services are to
be performed in subsequent phases, then each phase shall be commenced upon the
City of Fayetteville's approval of the previous phase. McClelland Consulting Engineers,
Inc. shall not be entitled to any compensation or reimbursement for services performed
in a phase unless and until it has received approval from the City of Fayetteville to
proceed with such services.]
15
17.3. It is further agreed that time is of the essence in performance of this Agreement.
McClelland Consulting Engineers, Inc. shall complete the work, or each phase, as
scheduled, and the City of Fayetteville shall provide any required approval of the work or
phase meeting the requirements contained herein in a reasonable and timely manner.
The Project shall be completed as follows:
Topographic Survey
Environmental Documentation
Geotech nical Investigation
Submit 30% Design for Review/Comment
Submit 60% Design for Review/Comment
Submit 90% Design for Review/Comment
Submit 100% Design for Review/Approval
18. TERMINATION
6 weeks from notice to proceed
16 weeks from notice to proceed
6 weeks from notice to proceed
13 weeks from notice to proceed
4 weeks from 30% approval
11 weeks from 60% approval
7 weeks from 90% approval
18.1. The City of Fayetteville may terminate this Agreement in whole or, from time to time,
in part, for the City of Fayetteville's convenience or because of the Default of McClelland
Consulting Engineers, Inc..
18.2, The City of Fayetteville shall terminate this Agreement by delivering to McClelland
Consulting Engineers, Inc. written notice of the termination.
18.3. Upon receipt of the notice, McClelland Consulting Engineers, Inc. shall:
Immediately discontinue all services affected (unless the notice directs otherwise).
• Deliver to the City of Fayetteville all data, drawings, specifications, reports, estimates,
summaries, and other information and materials accumulated in performing this
Agreement, whether completed or in process.
• Terminate all subcontracts to the extent they relate to the work terminated.
• In the sole discretion and option of the City of Fayetteville, and if and only if
requested to do so, assign to the City of Fayetteville all right, title, and interest of
McClelland Consulting Engineers, Inc. under the subcontracts terminated, in which
case the City of Fayetteville shall have the right to settle any claim or dispute arising
out of those subcontracts without waiver of any right or claim the City of Fayetteville
may possess against McClelland Consulting Engineers, Inc..
• With approval or ratification by the City of Fayetteville, settle all outstanding liabilities
arising from the termination of subcontracts, the cost of which would be allowable in
whole or in part, under this Agreement.
• Complete performance of any work not terminated.
Take any action that may be necessary, or that the City of Fayetteville may direct, for
the protection and preservation of the property related to this Agreement which is in
the possession of McClelland Consulting Engineers, Inc. and in which the City of
Fayetteville has or may acquire an interest.
18.4. If the termination is for the convenience of the City of Fayetteville, the City of
Fayetteville shall make an equitable adjustment in the Contract Price, subject to the
16
Ceiling Prices and Funding Limitations provisions, but shall allow no anticipated fee or
profit on unperformed services.
18.5. If the termination is for McClelland Consulting Engineers, Inc.'s Default, the City of
Fayetteville may complete the work by contract or otherwise and McClelland Consulting
Engineers, Inc. shall be liable for any reasonable and necessary additional cost incurred
by the City of Fayetteville to the extent caused by McClelland Consulting Engineers,
Inc.'s default.
18.6. Disputes and claims arising from termination of this Agreement shall be governed by
Section 28, Claims and Disputes (48 CFR 31.205-42(e) (2)).
18.7. The rights and remedies of the City of Fayetteville provided in this Section are in
addition to any other rights and remedies provided by law or under this Agreement, and
shall not constitute a waiver of any other such right or remedy.
19. STOP WORK ORDERS
19.1. The City of Fayetteville may, at any time, by written order to McClelland Consulting
Engineers, Inc., require McClelland Consulting Engineers, Inc. to stop all, or any part, of
the work called for by this Agreement for a period of up to 90 days after the order is
delivered to McClelland Consulting Engineers, Inc., and for any further period to which
the parties may agree. Upon receipt of the order, McClelland Consulting Engineers, Inc.
shall immediately comply with its terms and take all reasonable steps to minimize the
incurrence of costs allocable to the work covered by the order during the period of work
stoppage. Within a period of 90 days after a stop work order is delivered to McClelland
Consulting Engineers, Inc., or within any extension of that period to which the parties
shall have agreed, the City of Fayetteville shall either-
19.1.1. Cancel the stop work order; or
19.1.2. Terminate the work pursuant to Section 18, Termination.
19.2. If a stop work order issued under this Section is canceled or the period of the order or
any extension thereof expires, McClelland Consulting Engineers, Inc. shall resume work.
The City of Fayetteville shall make an equitable adjustment in the delivery schedule or
Contract Price, or both, and the Agreement shall be modified in writing accordingly, if —
The stop work order was not issued because of McClelland Consulting Engineers,
Inc.'s Default in its performance of its obligations under any part of this Agreement;
and,
• The stop work order results in an increase in the time required for, or in McClelland
Consulting Engineers, Inc.'s cost properly allocable to, the performance of any part of
this Agreement; and,
• McClelland Consulting Engineers, Inc_ provides Notice of Potential Claim pursuant to
Section 28, Disputes and Claims.
20. CHANGES
20.1. The City of Fayetteville may at any time, by written order, and without notice to the
sureties, if any, make changes within the general scope of this Agreement, including but
not limited to: (1) drawings, designs, or specifications; (2) time of performance (i.e.,
17
hours of the day, days of the week, etc.); and (3) places of inspection, delivery, or
acceptance.
20.2. If any such change causes an increase or decrease in the cost of, or the time
required for, performance of any part of the work under this Agreement, whether or not
changed by the order, the City of Fayetteville shall make an equitable adjustment in the
(1) estimated cost, delivery or completion schedule, or both; (2) amount of any fee; and
(3) other affected terms.
20.3. All claims and disputes shall be governed by the Section 28, Claims and Disputes.
As provided in Section 28, McClelland Consulting Engineers, Inc. must provide written
notice of its intention to make a claim for additional compensation before beginning the
work on which the claim is based. If such notice is not given, McClelland Consulting
Engineers, Inc. hereby agrees to waive any claim for such additional compensation.
20.4. Failure to agree to any adjustment shall be a dispute under Section 28, Disputes and
Claims. However, nothing in this Section or any other provision of this Agreement shall
excuse McClelland Consulting Engineers, Inc. from proceeding with the Agreement as
changed.
21. OWNERSHIP OF DOCUMENTS & DATA
21.1. All project documents and data, regardless of form and including but not limited to
original drawings, disks of CADD drawings, cross -sections, estimates, files, field notes,
and data, shall be the property of the City of Fayetteville. McClelland Consulting
Engineers, Inc. shall further provide all documents and data to the City of Fayetteville
upon the City of Fayetteville's request. McClelland Consulting Engineers, Inc. may
retain reproduced copies of drawings and other documents. In the event that any patent
rights or copyrights are created in any of the documents, data compilations, or any other
work product, the City of Fayetteville shall have an irrevocable license to use such
documents, or data compilations, or work product.
22. PATENT AND COPYRIGHT INFRINGEMENT
22.1. McClelland Consulting Engineers, Inc. shall report to the City of Fayetteville, promptly
and in reasonable written detail, each notice or claim of patent or copyright infringement
based on the performance of this Agreement of which McClelland Consulting Engineers,
Inc. has knowledge.
22.2. In the event of any claim or suit against the City of Fayetteville on account of any
alleged patent or copyright infringement arising out of the performance .of this
Agreement or out of the use of any supplies furnished or work or services performed
under this Agreement, McClelland Consulting Engineers, Inc. shall furnish to the City of
Fayetteville, when requested by the City of Fayetteville, all evidence and information in
possession of McClelland Consulting Engineers, Inc. pertaining to such suit or claim.
Such evidence and information shall be furnished at the expense of McClelland
Consulting Engineers, Inc..
22.3. McClelland Consulting Engineers, Inc. agrees to include, and require inclusion of, the
provisions of this Section in all subcontracts at any tier for supplies or services.
22.4. McClelland Consulting Engineers, Inc. shall indemnify the City of Fayetteville and its
officers, agents, and employees against liability, including costs and attorneys' fees, for
infringement of any United States patent or copyright arising from the manufacture or
18
delivery of supplies, the performance of services, or the construction, alteration,
modification, or repair of real property under this Agreement, or out of the use or
disposal by or for the account of the City of Fayetteville of such supplies or construction
work.
22.5. This indemnity shall not apply unless McClelland Consulting Engineers, Inc. shall
have been informed within ten (10) business days following the City of Fayetteville's
receipt of legal notice of any suit alleging such infringement and shall have been given
such opportunity as is afforded by applicable laws, rules, or regulations to participate in
its defense. Further, this indemnity shall not apply to (1) an infringement resulting from
compliance with specific written instructions of the City of Fayetteville directing a change
in the supplies to be delivered or in the materials or equipment to be used, or directing a
manner of performance of the Agreement not normally used by McClelland Consulting
Engineers, Inc., (2) an infringement resulting from addition to or change in supplies or
components furnished or construction work performed that was made subsequent to
delivery or performance, or (3) a claimed infringement that is unreasonably settled
without the consent of McClelland Consulting Engineers, Inc., unless required by final
decree of a court of competent jurisdiction.
23. BANKRUPTCY
23.1. In the event McClelland Consulting Engineers, Inc. enters into proceedings relating to
bankruptcy, whether voluntary or involuntary, McClelland Consulting Engineers, Inc.
agrees to furnish, by certified mail, written notice of the bankruptcy to the City of
Fayetteville. This notice shall be furnished within five days of the initiation of the
proceedings relating to bankruptcy filing. This notice shall include the date on which the
bankruptcy petition was filed, the identity of the court in which the bankruptcy petition
was filed, and a listing of AHTD job numbers and FAP numbers for all contracts with City
of Fayetteville against which final payment has not been made. This obligation remains
in effect until final payment under this Agreement.
24. FUNDING LIMITATIONS
24.1. The City of Fayetteville's obligations under this Agreement are contingent upon the
availability of appropriated funds from which payments under the terms of this
Agreement can be made in this and each subsequent fiscal year for the duration of the
Agreement. No legal liability on the part of the City of Fayetteville of any kind
whatsoever under this Agreement shall arise until funds are made available to the City of
Fayetteville for performance of this Agreement, including those to be appropriated and
provided by the State of Arkansas and those to be provided by the United States.
25. SUCCESSORS AND ASSIGNS
25.1. This Agreement shall be binding upon the parties and their successors and assigns,
and except as expressly set forth herein, neither the City of Fayetteville nor McClelland
Consulting Engineers, Inc. may assign, delegate, or transfer any benefit or obligation
under this Agreement without the express written consent of the other party. Nothing
herein shall be construed as a waiver of any immunity or as creating any personal
liability on the part of any officer or agent of the City of Fayetteville or any other
governmental entity either made a party to, or having any interest in, this Agreement.
19
26. INDEMNITY AND RESPONSIBILITY FOR CLAIMS AND LIABILITY
26.1. Indemnity. McClelland Consulting Engineers, Inc. shall hold harmless and indemnify
the City of Fayetteville and the AHTD, their officers, employees, and agents, from and
for all claims and liabilities stemming from any wrongful (whether negligent, reckless, or
intentional) acts or omissions on the part of McClelland Consulting Engineers, Inc. and
its subcontractors, and their agents and employees.
26.2. No Personal Liability. No director, officer, manager, employee, agent, assign, or
representative of the City of Fayetteville or the AHTD shall be liable to McClelland
Consulting Engineers, Inc. in a personal or individual capacity under any term of this
Agreement, because of any breach thereof, or for any act or omission in its execution or
performance.
26.3. Independent Contractor Relationship. The parties intend that McClelland Consulting
Engineers, Inc. shall be an independent contractor of the City of Fayetteville and that
McClelland Consulting Engineers, Inc. shall be liable for any act or omission of
McClelland Consulting Engineers, Inc. or its agents, employees, or subcontractors
arising under or occurring during the performance of this Agreement. No act or direction
of the City of Fayetteville shall be deemed to be an exercise of supervision or control of
McClelland Consulting Engineers, Inc.'s performance.
27. INSURANCE
27.1. Professional Liability Insurance Coverage. McClelland Consulting Engineers, Inc.
shall maintain at all times during the performance of services under this Agreement
professional liability insurance coverage for errors, omissions, and negligent acts arising
out of the performance of this Agreement in an amount per claim of not less than five (5)
times the original Contract Ceiling Price or $1,000,000, whichever is less. Such
insurance shall extend to McClelland Consulting Engineers, Inc. and to its legal
representatives in the event of death, dissolution, or bankruptcy, and shall cover the
errors, omissions, or negligent acts of McClelland Consulting Engineers, Inc.'s
subcontractors, agents, and employees. Such insurance shall extend to any errors,
omissions, and negligent acts in the performance of services under this Agreement
committed by McClelland Consulting Engineers, Inc. or alleged to have been committed
by McClelland Consulting Engineers, Inc. or any person for whom McClelland
Consulting Engineers, Inc. is legally responsible.
27.2. Deductible. McClelland Consulting Engineers, Inc. may maintain a professional
liability insurance policy with a deductible clause in an amount approved by the City of
Fayetteville if, in the judgment and opinion of the City of Fayetteville, McClelland
Consulting Engineers, Inc.'s financial resources are sufficient to adequately cover
possible liability in the amount of the deductible. McClelland Consulting Engineers, Inc.
shall submit promptly to the City of Fayetteville, upon request as often as quarterly,
detailed financial statements and any other information requested by the City of
Fayetteville to reasonably determine whether or not McClelland Consulting Engineers,
Inc.'s financial resources are sufficient to adequately cover possible liability in the amount
of the deductible.
27.3. Worker's Compensation Insurance. McClelland Consulting Engineers, Inc. shall at all
times during the Term of this Agreement maintain Worker's Compensation and
Employers Liability Insurance as required under Arkansas law.
27.4. General Liability Insurance. McClelland Consulting Engineers, Inc. shall at all times
during the term of this Agreement maintain comprehensive general liability insurance
20
coverage for bodily injury and property damage in the combined single limit of
$1,000,000, and comprehensive automobile liability insurance coverage for bodily injury
and property damage in the combined single limit of $1,000,000, which shall cover all
owned, hired, and non -owned vehicles. McClelland Consulting Engineers, Inc.'s
insurance coverage shall also cover restoration of plans, drawings, field notes, and other
documents in the event of their loss or destruction while in the custody of McClelland
Consulting Engineers, Inc..
27.5. Insurance Policies and Certificates. McClelland Consulting Engineers, Inc. shall
provide the City of Fayetteville upon request copies of its insurance policies and evidence
satisfactory to the City of Fayetteville concerning the effectiveness and the specific terms
of the insurance. Prior to the execution of this Agreement, McClelland Consulting
Engineers, Inc. shall furnish to the City of Fayetteville certificates of insurance reflecting
policies in force, and it shall also provide certificates evidencing all renewals of any
expiring insurance policy required hereunder within thirty (30) days of the expiration
thereof. McClelland Consulting Engineers, Inc.'s failure to provide and continue in force
and effect any insurance required under this Article shall be deemed a Default for which
City of Fayetteville, in its sole discretion, may terminate this Agreement immediately or on
such other terms as it sees fit.
27.6. Additional Insurance Requirements. All insurance maintained by McClelland
Consulting Engineers, Inc. pursuant to this Section shall be written by insurance
companies licensed to do business in Arkansas, in form and substance satisfactory to the
City of Fayetteville, and shall provide that the insurance will not be subject to cancellation,
termination, or change during its term except upon thirty (30) days prior written notice to
the City of Fayetteville.
27.7. Duration of Insurance Obligations. McClelland Consulting Engineers, Inc. shall
maintain its professional insurance coverage required under this Agreement in force and
effect for a period not less than five years after the final acceptance of the project or the
completion of McClelland Consulting Engineers, Inc.'s services under this Agreement,
whichever comes later. Comprehensive General Liability Insurance Coverage required
under this Agreement shall be in full force and effect until the final acceptance or the
completion of McClelland Consulting Engineers, Inc.'s services, whichever comes later.
All other insurance shall be maintained in full force and effect until final acceptance of the
project or completion of McClelland Consulting Engineers, Inc.'s services, whichever
comes first.
27.8. McClelland Consulting Engineers, Inc.'s Insurance Primary. All insurance policies
maintained by McClelland Consulting Engineers, Inc. pursuant to this Agreement shall
provide that McClelland Consulting Engineers, Inc.'s insurance shall be primary and the
City of Fayetteville's own insurance shall be non-contributing.
27.9. Additional Insured. All liability insurance policies, except the professional liability
policy, maintained by McClelland Consulting Engineers, Inc. pursuant to this Agreement
shall be endorsed to include the City of Fayetteville, its officers, directors, managers,
employees, agents, assigns and representatives, individually and collectively, as
additional insured, and all property damage insurance shall be endorsed with a waiver of
subrogation by the insurer as to the City of Fayetteville.
28. DISPUTES AND CLAIMS
28.1. Notice of Potential Claim. Whenever a McClelland Consulting Engineers, Inc. deems
that any additional compensation is due, McClelland Consulting Engineers, Inc. shall
notify the City of Fayetteville in writing of its intention to make a claim for additional
21
compensation ("Notice of Potential Claim") before beginning the work that gives rise
to the claim.
28.2. Time & Manner for Submitting Claim. All disputes and claims shall first be submitted
in writing to the City of Fayetteville within 45 calendar days after the completion or
termination date. McClelland Consulting Engineers, Inc. hereby agrees that the
failure to submit the dispute or claim to the City of Fayetteville prior to 45 calendar
days after the completion or termination date shall constitute a waiver of the
dispute or claim.
28.3. Form. All disputes and claims must be submitted in writing and in sufficient detail to
permit the City of Fayetteville to determine the basis for entitlement and the actual
allowable costs incurred. Each claim must contain:
• A detailed factual statement of the claim providing all necessary dates, locations, and
items of work affected by the claim;
• The date the actions resulting in the claim occurred or conditions resulting in the
claim became evident;
• A copy of the "Notice of Potential Claim";
• The name, title, and activity of each City of Fayetteville's employee knowledgeable
about facts that gave rise to such claim;
• The name, title, and activity of each McClelland Consulting Engineers, Inc.,
Subcontractor, or employee knowledgeable about the facts that gave rise to the
claim;
• The specific provisions of the Agreement that support the claim and a statement why
such provisions support the claim;
• The identification and substance of any relevant documents, things, or oral
communications related to the claim;
• A statement whether the claim is based on provisions of the Agreement or an alleged
breach of the Agreement;
• If an extension of time is sought, the specific number of days sought and the basis for
the extension;
• The amount of additional compensation sought and a specific cost breakdown of the
amount claimed; and,
• Any other information or documents that are relevant to the claim.
28.4. Decision and Appeal. The decision of the City of Fayetteville shall be final and
conclusive.
28.5. Continued Performance. Pending final resolution of a dispute or claim, unless the
City of Fayetteville has terminated this Agreement pursuant to Section 18 or issued a
stop work order pursuant to Section 19, McClelland Consulting Engineers, Inc. shall
proceed diligently with the performance of this Agreement in accordance with the City of
Fayetteville's decisions.
22
28.6. The rights and remedies of the City of Fayetteville provided in this Section are in
addition to any other rights and remedies provided by law or under this Agreement, and
shall not constitute a waiver of any other such right or remedy. If the City of Fayetteville
decides the facts justify the action, the City of Fayetteville may, at its sole option and
discretion, receive and act upon a proposal, dispute, or claim submitted at any time
before final payment under this Agreement.
29. COVENANT AGAINST CONTINGENCY FEES
29.1. McClelland Consulting Engineers, Inc. warrants that no person or agency has been
employed or retained to solicit or obtain this Agreement upon an agreement or
understanding for a contingent fee, except a bona fide employee or agency. For breach
or violation of this warranty, the City of Fayetteville shall have the right to annul this
Agreement without liability or, in its discretion, to deduct from the Contract Price or
consideration, or otherwise recover, the full amount of the contingent fee.
29.2. Bona fide agency, as used in this Section, means an established commercial or
selling agency, maintained by McClelland Consulting Engineers, Inc. for the purpose of
securing business, that neither exerts nor proposes to exert improper influence to solicit
or obtain government contracts nor holds itself out as being able to obtain any
government contract or contracts through improper influence.
29.3. Bona fide employee, as used in this Section, means a person, employed by
McClelland Consulting Engineers, Inc. and subject to McClelland Consulting Engineers,
Inc.'s supervision and control as to time, place, and manner of performance, who neither
exerts nor proposes to exert improper influence to solicit or obtain government contracts
nor holds out as being able to obtain any government contract or contracts through
improper influence.
29.4. Contingent fee, as used in this Section, means any commission, percentage,
brokerage, or other fee that is contingent upon the success that a person or concern has
in securing a government contract.
29.5. Improper influence, as used in this Section, means any influence that induces or
tends to induce a government employee or officer to give consideration or to act
regarding a government contract on any basis other than the merits of the matter.
30. TITLE VI ASSURANCES (NONDISCRIMINATION)
During the performance of this Agreement, McClelland Consulting Engineers, Inc., for
itself, successors, and assigns, certifies and agrees as follows:
30.1. Compliance with Regulations. McClelland Consulting Engineers, Inc. shall comply with
the Regulations relative to Title VI (Nondiscrimination in Federally -assisted programs of
the Department of Transportation and its operating elements, especially Title 49, Code
of Federal Regulations, Part 21 and 23 Code of Federal Regulations, as amended, and
hereinafter referred to as the Regulations). These regulations are herein incorporated
by reference and made a part of this Agreement. Title VI provides that the recipients of
Federal financial assistance will maintain and implement a policy of nondiscrimination in
which no person shall, on the basis of race, color, national origin, sex, age, or disability,
be excluded from participation in, denied the benefits of, or subject to discrimination
under any program or activity by recipients of Federal financial assistance or their
assignees and successors in interest.
23
30.2. Nondiscrimination. McClelland Consulting Engineers, Inc., with regard to the work
performed by it during the term of this Agreement, shall not discriminate on the basis of
race, color, national origin, sex, age, or disability in the selection and retention of
subcontractors, including procurements of materials and leases of equipment.
McClelland Consulting Engineers, Inc. shall not participate either directly or indirectly in
the discrimination prohibited by Section 21.5 of the Regulations, including employment
practices when the agreement covers a program set forth in Appendix B of the USDOT
Regulations.
30.3. Solicitations for Subcontracts, Including Procurements of Material & Equipment. In all
solicitations, either by competitive bidding or negotiation, made by McClelland
Consulting Engineers, Inc. for work to be performed under a subcontract, including
procurements of materials or leases of equipment, each potential subcontractor or
supplier shall be notified by McClelland Consulting Engineers, Inc. of McClelland
Consulting Engineers, Inc.'s obligations under this Agreement and the Regulations
relative to nondiscrimination on the grounds of race, color, national origin, sex, age, or
disability.
30.4. Information and Reports. McClelland Consulting Engineers, Inc. shall provide all
information and reports required by the Regulations, or directives issued pursuant
thereto, and shall permit access to its books, records, accounts, other sources of
information, and its facilities by the City of Fayetteville, the AHTD, or the USDOT and its
Affiliated Modes to be pertinent to ascertain compliance with such regulations or
directives. Where any information required of McClelland Consulting Engineers, Inc. is
in the exclusive possession of another who fails or refuses to furnish this information,
McClelland Consulting Engineers, Inc. shall so certify to the City of Fayetteville, the
AHTD or the FHWA, as appropriate, and shall set forth what efforts it has made by
McClelland Consulting Engineers, Inc. to obtain the information.
30.5. Sanctions for Noncompliance. In the event of McClelland Consulting Engineers, Inc.'s
noncompliance with the nondiscrimination provisions of this Agreement, the City of
Fayetteville shall impose such contract sanctions as it, the AHTD, or the USDOT and its
Affiliated Modes may determine to be appropriate, including but not limited to,
withholding of payments to McClelland Consulting Engineers, Inc. under the Agreement
until McClelland Consulting Engineers, Inc. complies with the provisions and
cancellation, termination, or suspension of the Agreement, in whole or in part.
30.6. Incorporation of Provisions. McClelland Consulting Engineers, Inc. shall include the
terms and conditions of this section in every subcontract including procurements of
materials and leases of equipment, unless exempt by the Regulations, or directives
issued pursuant thereto. McClelland Consulting Engineers, Inc. shall take such action
with respect to any subcontract or procurement as the City of Fayetteville, the AHTD, or
USDOT and its Affiliated Modes may direct as a means of enforcing these terms and
conditions, including sanctions for noncompliance; provided, however that, in the event
McClelland Consulting Engineers, Inc. becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of any direction, McClelland
Consulting Engineers, Inc. may request the City of Fayetteville to enter into the litigation
to protect the interests of the State and litigation to protect the interest of the United
States.
31. DBE CLAUSE
31.1. McClelland Consulting Engineers, Inc. or subcontractor shall not discriminate on the
basis of race, color, national origin, sex, age, religion, or disability in the performance of
this Agreement. McClelland Consulting Engineers, Inc. shall comply with the applicable
24
requirements of 49 C.F.R. Part 26 and perform any actions necessary to maintain
compliance in the award and administration of DOT -assisted contracts. Failure by
McClelland Consulting Engineers, Inc. to comply with or perform these requirements is a
material breach of this Agreement, which may result in the cancellation, termination, or
suspension of this Agreement in whole or in part, or such other remedy that the City of
Fayetteville may determine appropriate.
31.2. McClelland Consulting Engineers, Inc. shall insert a clause containing all the terms of
this Section in all subcontracts under this Agreement.
32. TITLE II OF THE AMERICANS WITH DISABILITIES ACT (NONDISCRIMINATION)
32.1 McClelland Consulting Engineers, Inc. will comply with the provisions of the Americans
with Disabilities Act (ADA), Section 504 of the Rehabilitation Act, Title VI of the Civil
Rights Act of 1964, FHWA Federal Aid Project Guidance, and any other Federal, State,
and/or local laws, rules and/or regulations.
32.2 McClelland Consulting Engineers, Inc., during the term of this Agreement, shall not
discriminate on the basis of race, color, sex, national origin, age, religion or disability, in
admission or access to and treatment in programs and activities associated with this
Agreement, or in the selection and retention of subcontractors, including procurement of
material and leases of equipment. McClelland Consulting Engineers, Inc. shall not
participate either directly or indirectly in any discrimination prohibited by the Regulations,
including employment practices.
32.3In accordance with Section 504 regulations 49 C.F.R. Part 27.15, the City of
Fayetteville's Notice of Nondiscrimination is required in any bulletins, announcements,
handbooks, pamphlets, brochures, and any other publications associated with this
Agreement that are made available to the public, program participants, applicants or
employees.
33. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT,
AND OTHER RESPONSIBILITY MATTERS
33.1. McClelland Consulting Engineers, Inc. certifies, to the best of its knowledge and
belief, that-
33.1.1. McClelland Consulting Engineers, Inc. and any of its Principals-
33.1.1.1. Are not presently debarred, suspended, proposed for debarment, or
declared ineligible for the award of contracts by any federal or state agency;
33.1.1.2. Have not, within a 3-year period preceding this offer, been convicted of
or had a civil judgment 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) contract or subcontract; violation
of federal or state antitrust statutes relating to the submission of offers; or
commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
33.1.1.3. Are not presently indicted for, or otherwise criminally or civilly charged by
a governmental entity with, commission of any of the offenses enumerated in
Subsection 33.1.1.2; and,
25
33.1.1.4. McClelland Consulting Engineers, Inc. has not within a 3-year period
preceding this offer, had one or more contracts terminated for default by any
federal or state agency.
33.2. Principals, for the purposes of this certification, means officers; directors; City of
Fayettevilles; partners; and, persons having primary management or supervisory
responsibilities within a business entity (e.g., general manager; plant manager; head of a
subsidiary, division, or business segment, and similar positions). This certification
concerns a matter within the jurisdiction of an agency of the United States and the
making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under Section 1001, Title 18, United States Code, as well as any other
applicable federal and state laws.
33.3. McClelland Consulting Engineers, Inc. shall provide immediate written notice to the
City of Fayetteville if, at any time prior to contract award, McClelland Consulting
Engineers, Inc. learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.
33.4. The certification in Subsection 33.1 is a material representation of fact upon which
reliance was placed when making award. If it is later determined that McClelland
Consulting Engineers, Inc. knowingly rendered an erroneous certification, the City of
Fayetteville may terminate the contract resulting from this solicitation for default in
addition to any other remedies available to the City of Fayetteville.
34. MISCELLANEOUS
34.1. General Compliance with Laws. McClelland Consulting Engineers, Inc. shall comply
with all Federal, State, and local laws, regulations, and ordinances applicable to the
work, including but not limited to, the Americans with Disabilities Act and Occupational
Safety and Health Act as amended.
34.2. Registered Professional Engineer's Endorsement. All plans, specifications,
estimates, and engineering data provided by McClelland Consulting Engineers, Inc. shall
be endorsed and recommended by an authorized representative of McClelland
Consulting Engineers, Inc., who shall be a registered Professional Engineer licensed in
the State of Arkansas.
34.3. Choice of Law. This Agreement shall be governed by the laws of the State of
Arkansas without consideration of its choice of law provisions.
34.4. Choice of Forum. McClelland Consulting Engineers, Inc. agrees that any cause of
action stemming from or related to this Agreement, including but not limited to disputes
or claims arising under this Agreement, for acts or omissions in the performance,
suspension, or termination of this Agreement, whether sounding in contract or tort,
equity or law, may only be brought in the appropriate forum within State of Arkansas.
34.5. No Waiver of Immunity. The City of Fayetteville expressly does not waive any
defense of immunity that it may possess under either federal or state law, and no
provision in this Agreement shall be construed to constitute such a waiver in whole or in
part.
34.6. Conflicts Between Laws, Regulations, and Provisions. In the event of conflicting
provisions of law, the interpretation shall be governed by the following in this order, from
most controlling to least: Federal law and regulations, State law and regulations,
Department and FHWA Design Standards, and this Agreement.
26
34.7. Severability. If any term or condition of this Agreement shall be held invalid, illegal,
or unenforceable by a court of competent jurisdiction, all remaining terms of this
Agreement shall remain valid and enforceable unless one or both of the parties would be
materially prejudiced.
34.8. No -Waiver. The failure of the City of Fayetteville to strictly enforce any term of this
Agreement shall not be construed as a waiver of the City of Fayetteville's right to require
McClelland Consulting Engineers, Inc.'s subsequent performance of the same or similar
obligation or duty.
34.9. Modification and Merger. This written Agreement and any provisions incorporated by
reference reflect the entire agreement of the parties and may be modified only by the
express written agreement of both parties.
35. CERTIFICATION OF AUTHORIZED REPRESENTATIVES
35.1. This Agreement and the certifications contained herein or attached hereto constitute
the whole Agreement of the parties, and each party certifies that this Agreement and any
attached certification have been executed by their duly authorized representatives.
27
36. NOTICE
36.1. All notices, approvals, requests, consents, or other communications required or
permitted under this Agreement shall be addressed to either the City of Fayetteville's
Representative or McClelland Consulting Engineers, Inc.'s Representative, and mailed
or hand -delivered to:
36.1.1. To the City of Fayetteville's Representative:
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
36.1.2. To McClelland Consulting Engineers, Inc.:
McClelland Consulting Engineers, Inc.
1810 North College Avenue
P.O. Box 1229
Fayetteville, AR 72703/72702-1229
IN WITNESS WHEREOF, the parties execute this Agreement, to be effective upon the
date set out above.
McClelland Consulting Engineers, Inc. City of Fayetteville, Arkansas
BY: �lca----- BY:
Name
Name
' Title Title
APPENDICES
28
APPENDIX A JUSTIFICATION OF FEES AND COSTS
APPENDIX B SUBCONTRACTS — Horner & Shifrin, Inc.
APPENDIX C STANDARD CERTIFICATIONS
APPENDIX D GENERAL AND DETAILED SCOPE OF WORK FOR
CONTROL SURVEYS, DESIGN SURVEYS, AND LAND
SURVEYS —
29
APPENDIX C State Job No. 040618
C-1 Federal Aid Project No. BRN-9142(29)
CERTIFICATION OF MCCLELLAND CONSULTING ENGINEERS, INC.
I hereby certify that 1, Daniel Barnes, am the President, Fayetteville, Office and duly authorized
representative of the firm of McClelland Consulting Engineers, Inc. whose headquarters address is 900 West
Markham, Little Rock, AR 72201 and that neither I nor the above firm I here represent has:
(a) employed or retained for a commission, brokerage, contingent fee, or other considerations, any
firm or person (other than a bona fide employee working solely for me) to solicit or secure this contract,
(b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out the contract, or
(c) paid or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me) any fee contribution, donation or consideration of any kind for, or in connection
with, procuring or carrying out the contract;
(d) included any costs which are not expressly allowable under the cost principles of the FAR of 48
CFR 31, whether direct or indirect. All known material transactions or events that have occurred
affecting the firm's ownership, organization and indirect cost rates have been disclosed.
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Arkansas State Highway and
Transportation Department and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this contract involving participation of Federal Aid Highway Funds, and is subject to
applicable State and Federal laws, both criminal and civil.
Furthermore, as a recipient of Federal Aid Highway Funds, I certify and hereby agree to the
conditions of Title VI Assurances as outlined in Section 31 of this Agreement and shall insert the Notice of
Nondiscrimination Statement as shown below in all solicitation of work or procurement of materials or
equipment.
NOTICE OF NONDISCRIMINATION STATEMENT
The Firm of McClelland Consulting Engineers, Inc. ("Consultant"), complies with all civil rights provisions of
federal statutes and related authorities that prohibited discrimination in programs and activities receiving
federal financial assistance. Therefore, McClelland Consulting Engineers, Inc. does not discriminate on the
basis of race, sex, color, age, national origin, or disability, in the admission, access to and treatment in
McClelland Consulting Engineers, Inc.'s programs and activities, as well as McClelland Consulting Engineers,
Inc.'s hiring or employment practices. Complaints of alleged discrimination and inquiries regarding
McClelland Consulting Engineers, Inc.'s nondiscrimination policies may be directed to Andrea
McGhee(ADA/504/Title VI Coordinator), P.O. Box 34087 Little Rock, AR 72203, 501-376-4522. (Voice/TTY
711), or, the following email address: amcghee@mcclelland-engrs.com.
This notice is available from the ADA/504/Title VI Coordinator in large print, on audiotape and in Braille.
Authorized Firm Representative
30
Date
APPENDIX C State Job No. 040618
C-3 Federal Aid Project No. BRN-9142(29)
CERTIFICATION OF CITY OF FAYETTEVILLE ARKANSAS
I hereby certify that I am the Mayor of the City of Fayetteville, Arkansas and that the
aforementioned consulting firm or its representative has not been required, directly or indirectly as
an express or implied condition in connection with obtaining or carrying out this contract to:
(a) employ or retain, or agree to employ or retain, any firm or person, or
(b) pay, or agree to pay, to any firm, person, or organization, any fee contributions
donation, or consideration of any kind:
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Arkansas Highway and
Transportation Department and the Federal Highway Administration, U.S. Department of
Transportation, in connection with this contract involving participation of Federal -Aid Highway
Funds, and is subject to applicable State and Federal laws, both criminal and civil.
Mayor, City of Fayetteville, Arkansas
31
Date
Oud'A -AL,
- - P.O. Box 7229
McCLELLAND , u
fflrE,ONSULTING Fayetteville, AR 72702
ENGINEERS, INC. P. (479) 443-2377
5ainHANNIVERSARY F. (479) 443-9241
tegrity. Community. Excellence. www.mccleltand-engrs.com
February, 14, 2013
Mr, Chris Brown, P.E.
City of Fayetteville
125 West Mountain Street
Fayetteville, AR 72701
RE: Maple Street and Lafayette Street Bridge Rehabilitation/Restoration
Dear Mr. Brown:
Thank you for allowing the McClelland Consulting Engineers/Horner & Shifrin Design Team to assist with the
above referenced project! We have submitted our proposal to you for review and approval and look forward
to attending the City Council Meeting next week.
Based on multiple meetings with you and your staff, we are aware of the historical significance these
structures have to both the City of Fayetteville and to the citizens as they have been listed on the National
Register of Historic Places since 1995. We have included in the scope of our contract a significant
environmental review that consists of coordination with multiple state/federal regulatory agencies. More
specifically, we will be coordinating with the State Historic Preservation Office.
Generally, the scope of this project consists of an evaluation of each structure so we can make a
determination of what improvements will be needed. More specifically, we will be concentrating on wearing
surfaces and guardrails as to maintain ultimate safety to the end user. We are fortunate to have the original
design plans available to assist with this project so the original design intent can be modeled.
Public meetings are additionally included in the scope to discuss the findings and our recommendations for
rehabilitation/restoration to both of the structures prior to completing a detailed design.
Both McClelland Consulting Engineers and Horner & Shifrin have experience will projects of historical
significance including the Route 76 Bridge in Branson, MO., one of the country's oldest open spandrel arch
designs. The Maple Street Bridge is also an open spandrel arch design. Not only will we comply with any
requirements to maintain the historical integrity of this structure, we will work with the City and community
to ensure that these structures maintain their important relationship to the surrounding historical
neighborhoods.
Thanks again for this opportunity and allowing us to be of servicel
Sincerely,
McClelland Consulting Engineers, Inc.
Daniel Barnes, P.E.
President, Fayetteville
McClelland Consulting Engineers, Inc. —"Best Engineering Firm"
Arkansas Business 2009, 2010 & 2012 Award Winner
20. EXAMPLE PROJECT KEY
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S NUMBER
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. 4
Complete one Section F for each project.) 22. YEAR COMPLETED
LE AND LOCATION (City and State) PROFESSIONAL SERVICES CONNST UCTION (Inapplicable)
IIi
2008
Junction Bridge
Pulaski County, Arkansas
23. PROJECT OWNER'S INFORMATION
b. POI�OFNTACT NAME c. POINT OF CONTACTTELEPHONE NUMBERRpJECTOWNER man Smith{501) 340-6800�laski CountyGRIEFDESCRIPTION OF PROJECT AND RELEVANCE TO TRACT (include scope. size, and cost)
MOE was responsible for the design, survey and construction administration for the conversion ofJunctionBulatory approvge located in als from ar ousdowntown
little Rock and North Little Rock from its railroad use to a pedestrian bridge. MCE coordinated re
ldderal, state and local
Ver zon Arena (NLR and on the south end near t Guard. The C1the River Market (LR) dge provides a andan lhas providedtpurpose for both
Gated
on the north and near
destination and enjoyment. Junction Bridge is the only pedestrian bridge in the US with a lift span.
The renovation of the 1,800 linear foot bridge, which was opened in 2008, was
funded through grants from the Federal Transportation budget through the
Arkansas Highway and Transportation Department (80%) and matching funds were
4 provided by the Cities of Little Rock and North Little Rock as well as Pulaski County
(20%), Construction cost was approximately $6 million.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
and
McClelland Consulting Engineers, Inc. Little Rock, Arkansas
Civic Engineer
ABER
3ER
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAMS 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified. 5
Complete one Section F for each project.)
pTLE AND LOCATION (City and State) 1 22. YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (ifappiicabie)
Clinton Presidential Park/Rock Island Bridge Little Rock, Arkansas 12010 2011
I tROJECT OWNER
City of Little Rock
23. PROJECT OWNER'S INFORMATION
b. POINT OF CONTACT NAME
Jon Honeywell, P.E.
BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost)
OF GUN I AG I 1 ELhFHUNE N
(501) 371-4811
MCE provided engineering services for the design of the bridge approaches for the
conversion of the existing Rock Island Railroad Bridge from its rail use into a major
pedestrian crossing on Arkansas River Trail. In addition to design services, MCE
provided surveying services and coordinated regulatory approvals from various
federal, state and local agencies. Design was completed in 2009, and the pedestrian
bridge opened to the public in October 2011. The 2,600 linear foot converted bridge
completes the 24 mile loop from Downtown Little Rock to Murray Lock and Dam.
Construction cost was approximately $10 million.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
McClelland Consulting Engineers, Inc. f Little Rock, Arkansas I Civil Engineer
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20• EXAMPLE PKDJEGI n y NUMf
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified, g
Complete one Section F for each project.)
21. TITLE AND LOCATION (City and State)
ROUTE 76 OVER WHITE RIVER ) LAKE TANEYCOMO
Branson, MO
22. YEAR COMPLETED
PROFESSIONAL SERVICES I CONSTRUCTION (lf applicable)
November 2009 November 2011
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER c. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
Missouri Department of Transportation, Dennis Heckman, P.E. 573-751-0265
Bridge Division State Bridge Engineer__
24, BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost.)
H
The preservation of this historically significant bridge,
constructed in 1931 over Lake Taneycomo in Branson, was
the subject of great public interest. The bridge is eligible for
the National Register of Historic Places and has been
described as one of Missouri's most outstanding concrete highway bridges. There are
photos of the rehabilitated bridge in hotel rooms and there is even a local magazine
named after the bridge, "Both Sides of the Bridge"
Homer & Shifrin engineers analyzed the existing structure and determined the deck joints
at each pier had led to severe deterioration of the spandrel beams. In addition, the
existing drainage system had failed and contributed to the corrosion.
The 1087-foot long open spandrel arch bridge had a severely deteriorated deck beyond
repair and required replacement. The bridge carries over 18,000 vehicles per day and
therefore required accelerated construction to minimize impact to the traveling public.
Horner & Shifrin evaluated several options to find the best solution. Precast concrete
members were selected to minimize project time and cost. Precast spandrel beams were
connected to existing spandrel column steel using a grouted connection. Specially
designed precast deck panels were used as stay -in -place formwork for the cast -in -place
portion of the slab.
Because of the complexity of the structure, a finite element model including temperature,
wind and construction loads was used to ensure the stability in the remaining arch rings
and spandrel columns during all stages of construction. Concrete strength testing was
completed so the material strength could be accurately represented in the model.
The difficulty of obtaining information about a historic spandrel arch style of the bridge
presented unique challenges that took careful consideration and research to understand
how to execute the bridge rehabilitation. An open -style concrete barrier was selected to
reflect the architectural history of the existing structure.
During deck removal operations on the bridge, barges were placed underneath the
demolition activities to prevent any debris from entering Lake Taneycomo. Most of the
sidewalk, rail, deck and spandrel beams were removed in large pieces, which reduced
the amount of small debris that fell to the barges. The team coordinated installation and
maintenance of several best management practices along the shoreline to prevent the
introduction of sediment into Lake Taneycomo from the project.
Homer & Shifrin worked closely with MoDOT, Taney County and the cities of Branson and
Hollister to design a rehabilitation solution that preserved the look of the bridge, yet met
the tight project budget.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE
a. Horner & Shifrin, Inc. St. Louis, Missouri I Prime
D11
The Red Covered Bridge: The Red Covered Bridge is a wooden covered bridge that runs over Big
Bureau Creek, north of Princeton, Illinois. It was originally built in 1863, at a cost of $3,148.57. The 149-
foot (45 m) span is one of five remaining covered bridges in Illinois, and it is still open to traffic. It was
once part of the Peoria -Galena Trail. The bridge was added to the U.S. National Register of Historic
Places on April 23, 19. The scope of work performed by Horner & Shifrin, Inc. was to add a fires
suppression system to the bridge while not affecting the historic significance and while keeping the
system hidden.
Sugar Creek Covered Bridge: The first bridge across Sugar Creek in this area was built about 1827 by
Thomas Black and his neighbors who wanted something better than a ford. That bridge was not a
covered bridge and spanned the creek in neighboring Auburn township close to the border with Ball
township. In 1880 Thomas Black built this covered bridge. This bridge is known as the Hedley (or
Headley) bridge, or the Glenarm Bridge, or the Sugar Creek Covered bridge. It was rehabilitated in 1965,
but I'm not finding any information on what work that entailed. A local commented that this bridge was still
carrying traffic in the late 1970s. According to the NBI, in 1983 a prestressed concrete beam bridge was
built just to the south.
An article in the State Journal Register says the bridge was in use until 1984 - but it also claims it was
built in 1827 which my research indicate is incorrect, so I'm not sure I trust it's dates.
Based on an old photo, the bridge is currently higher above the water than it used to be.
According to this N I U website, the bridge was extensively renovated in 1994. Maybe this was when the
bridge was raised, and steel beams were added to carry the load, and the poured concrete abutments
that have surface texture to look liked coursed stone were added.
In 2002, the state added a fire -suppression sprinkler system and a video camera surveillance system.
The bridge is handicap accessible. The paved old road alignment runs between the parking lot and the
bridge, and the approach spans are wide, sturdy, and gently sloped.
The scope of work performed by Horner & Shifrin, Inc. was to add a fires suppression system to the
bridge while not affecting the historic significance and while keeping the system hidden.
Shelby County: Three miles east of Cowden in Shelby County, Thompson Mill Covered Bridge crosses
the Kaskaskia River. Completed in 1868 at the then- whopping cost of $2,500, this wonderfully restored
piece of Illinois history is located on a once important route between Effingham and Springfield. It's
named for the owner of a mill that was located near the bridge.
It is the narrowest of all the covered bridges in Illinois, with a width of 10 feet 7 inches. This 105 foot -long
Howe truss span is one of only five 19th century covered bridges remaining in Illinois. Covered bridges
were constructed with a roof and sidewalls to protect the roadway from weather (not to keep horses from
being spooked as many believe). This treasure of rural Illinois transportation history is on the National
Register of Historic places and, though closed to automobiles, is open to pedestrian traffic.
The scope of work performed by Horner & Shifrin, Inc. was to add a fires suppression system to the
bridge while not affecting the historic significance and while keeping the system hidden.
Abraham Lincoln Tomb Water Infiltration Repairs, Springfield. Horner & Shifrin, Inc. performed as
structural and forensic consultants to assist the Architect in determining the cause and origin of water
infiltration within the tomb. Current work includes removal of re -installation of all parapet rails,
balustrades and paving stones, removal and replacement of the lead copper flashing and water proof
membrane.
Renovation of Lincoln's Home, Springfield, Illinois. Horner & Shifrin, Inc. assisted in the design and
construction observation of the renovation of the historic timber two story residence. Specialties included
the design enhancements to convert residential design load capacities to a museum load standards
without visible evidence that would affect the cosmetic appearance of the home. Work was performed
under the Nation Park Service standards and direction.
Macoupin County Courthouse, Carlinville, IL. Horner & Shifrin, Inc. investigated the floor loading
capacity of the attic level of the courthouse. Work was performed in the late 1980's for the County
Engineer.
Shelby County Courthouse, Shelbyville, IL. Horner & Shifrin, Inc. provided a feasibility study for ADA
access for the 1882 courthouse. The study included an internal elevator, new entrances, ramps along
with the structural assessment. Phase I design included the re -pointing portions of the stone foundations,
enhancement of the bell tower stairways and walkways along with a new accessible entrance.
Shepard Strawbridge House, University of Illinois — Springfield. Horner & Shifrin, Inc. provided a
study of the investigation into the restoration of the historic house located on the campus of the University
of Illinois at Springfield. The historic structure was being assessed for adaptation for the use of the
foundation offices for the Springfield campus.
Roof and Shingle Assessment, Incredibility Delicious - Springfield, IL. Horner & Shifrin, Inc.
provided assessment, re -framing design and replacement of timber framing and singles for this structure
listed on the National Historic Registry.
14 � O
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
CITY COUNCIL AGENDA MEMO Council Meeting of February 19, 2013
To: Mayor and City Council
Thru: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
From: Chris Brown, City Engineer
Date: February 27, 2013
Subject: A Resolution approving an Agreement with McClelland Consulting Engineers, Inc. for
professional services for the rehabilitation of the historic Maple Street Bridge and
Lafayette Street Bridge in the amount of $27%045.55 and approve a Budget Adjustment.
BACKGROUND:
This project is located in central Fayetteville on the east side of the University of Arkansas campus on Maple
Street and Lafayette Street over a single track of the Arkansas & Missouri Railroad. It is the intention of the
City of Fayetteville to restore both historic bridges to their original beauty and to thus set a high example for
restoration for a municipality in Arkansas and the United States.
The following background is taken from the National Register of Historic Places Registration form for each
bridge:
Maple Street Overpass
Significance
"Constructed in 1936, The Maple Street Overpass is associated with the Arkansas Highway and Transportation
Era historic context and is of the open masonry substructure type. Constructed under the authority of the St.
Louis -San Francisco Railroad, the Arkansas State Highway Commission and the United States Bureau of Public
Roads, it was designed by Frederick Lutt Johann, the well-known bridge designer who did an assortment of
other work in Arkansas. Given its intact condition it retains sufficient integrity to remain associated with its
historic period and with the Lutt Johann Bridge Company that constructed it."
Description
"Located on Maple Street at the point where it crosses the (former) Frisco Railroad line, the Maple Street
Overpass is of reinforced concrete construction and consists of a single deck span supported by an arched
substructure that transfers the load to the approach abutments. It is approximately 60 feet in length and 25 feet
in width at its widest point. Its abutment and pier material is reinforced concrete, and its deck material is
THE CITY OF FAYETTEVILLE, ARKANSAi
asphalt laid over reinforced concrete. A decorative Art Deco -style balustrade with original inset lighting
fixtures borders the pedestrian sidewalk on either side of the deck."
Listed individually on the National Register of Historic Places on 5/26/95, #WA0795.
Lafayette Street Overpass
Significance
"Constructed in 1938 by the contractor Ed. B. Mooney, Inc., the Lafayette Street Overpass is associated with
the Arkansas Highway and Transportation Era historic context and is of the open masonry substructure type.
Constructed under the authority of the St. Louis -San Francisco Railroad, the Arkansas State Highway
Commission and the United States Bureau of Public Roads, its designer is not known. Given its intact condition
it retains sufficient integrity to remain associated with its historic period, and stands as the best example of an
Art Deco -influenced concrete bridge in Fayetteville."
Description
"Located on Lafayette Street at the point where it crosses the (former) Frisco Railroad line, the Lafayette Street
Overpass is of reinforced concrete construction and consists of a three -span deck resting upon by two reinforced
concrete supports (or three connected piers each) placed to either side of the railroad tracks and solid concrete
abutments beneath the approaches. It is approximately 120 feet in length and 30 feet in width at its widest
point. Its abutment and pier material is reinforced concrete, and its deck material is asphalt laid over reinforced
concrete. A decorative metal balustrade connects substantial concrete posts that feature original inset lighting
fixtures, and the balustrade borders the pedestrian sidewalk on either side of the deck."
Listed individually on the National Register of Historic Places on 5/26/95, #WA0239.
On February 16, 2011 in response to a letter from the City requesting federal funding for the Maple and
Lafayette Street historic bridges, the City received a letter from the Arkansas State Highway and Transportation
Department advising that the subject bridges qualify for funding from the Federal -aid Highway Bridge
Replacement and Rehabilitation Program (HBRRP) to restore both bridges. The HBRRP utilizes 80%
Federal -aid and 20% local matching funds with a limitation of $1 million in Federal -aid available per project.
In subsequent correspondence, the AHTD also confirmed that the two bridges may be combined into a single
project for purposes of the program. The total estimate for rehabilitation of the two bridges (including deck
replacement of the Maple Street bridge) is approximately $1.4 million.
A request for Letters Of Interest was advertised on April 20, 2012 and the City received two valid responses on
May 16th. On May 25th, a Selection Committee containing City Staff and one City Council Member convened
and voted to request proposals from both firms. RFQ's were sent to both firms on July 3`d with a due date of
July 27th.
On July 30, 2012, a selection committee consisting of City staff and Alderman Bobby Ferrell selected
McClelland Consulting Engineers (MCE) of Fayetteville to provide these services, along with their bridge
subconsultants Horner and Shifrin of St. Louis. Since that time, the City has been working with the AHTD and
MCE to develop a contract acceptable to all parties.
THE CITY OF FAYETTEVILLE, ARKANSA�
PROPOSAL:
MCE has provided a proposed scope and fee in the amount of $279,045.55. This contract will be paid based on
hourly rates for work completed, up to the total contract amount. Members of City staff met with the citizen
that expressed concern with the contract at the February 19t" Council meeting, and changes to the contract
resulting from that meeting have been made and are attached. These changes have been sent to the AHTD; as
of the date of this memo, AHTD has not indicated whether or not the changes are acceptable.
This design project will provide for the rehabilitation of two historic bridges including repairing/replacing the
retaining wall near the Lafayette Bridge only, repair/replace bridge railings, period lighting, deck surfacing,
expansion joints, abutment bearings, deck drains, concrete fascia beams, concrete abutment backwalls, concrete
sidewalk, and approach pavement. Storm drainage systems, relocated utility facilities, maintenance of traffic
and other incidental systems and facilities will be designed and constructed as necessary.
This design agreement has allotted 9 (nine) months for completion, however, this time frame may be extended
depending upon the review workload of the Arkansas State Highway and Transportation Department (AHTD).
The consultant will prepare and submit final plans and specifications to the City which will be used by AHTD
to advertise a separate construction project which will be administered solely by the AHTD.
All consultants, contractors and subcontractors on the project must comply with the National Park Service
Secretary of the Interior Standards for Restoration and will be additionally under the direction, review and
approval of the Arkansas Historic Preservation Program (AHPP), the State Historic Preservation Office (SHPO)
and the National Historic Preservation Act of 1966 (NHPA) Section 106 review, to ensure that work performed
on the two historic bridges is appropriate and will maintain the individual qualifying status of each property as it
is listed on the National Register of Historic Places.
RECOMMENDATION:
Staff recommends City Council approval of the contract with McClelland Consulting Engineers, Inc. for
providing the professional design services for the rehabilitation of the historic Maple Street Bridge and
Lafayette Street Bridge, contingent upon AHTD approval.
BUDGETIMPACT:
This project is based on an Agreement Of Understanding with AHTD in which Federal Aid money will pay
80% of the contract amount and the City will pay 20%. These services will be funded either through the
Transportation Bond Program or the CIP Program in an existing project set up for bridge cost sharing. The cost
of these services will not exceed $279,045.55, with the City's share being 20% or $55,809.11.
AGREEMENT
FOR
ENGINEERING SERVICES
(LOCAL VERSION — COST PLUS FEE)
JOB NO. 040618
FEDERAL AID PROJECT ("FAR-) NO. BRN-9142(29)
Maple St. & Lafayette St. Bridgegestoration _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Deleted: Rehab.
(Fayetteville)(S)
Washington County
PREAMBLE
THIS AGREEMENT, entered into this _ day of , 2013, by and
between The City of Fayetteville, Arkansas("Owner ),and McClelland Consulting Engineers, Inc
("Consultant"), a corporation existing under the laws of the State of Arkansas, with principal
offices at 1810 North College Avenue, Fayetteville, Arkansas 72703 and 900 West Markham,
Little Rock, Arkansas 72203.
WITNESSETH:
WHEREAS, the City of Fayetteville is planning to restore the historic Maple Street Bridge_ _ _ - Deleted: rehabilitate
(Bridge Number 01940) and Lafayette Street Bridge (Bridge Number 01941), including related
approach work in Fayetteville, Arkansas, and requires the professional services from McClelland
Consulting Engineers, Inc. to perform a geotechnical evaluation, topographic survey, design,
construction administration, and construction observation, and,
WHEREAS, the City of Fayetteville's forces are fully employed on other urgent work that
prevents their early assignment to the aforementioned work; and,
WHEREAS, McClelland Consulting Engineers, Inc.'s staff is adequate and well qualified,
and it has been determined that its current workload will permit completion of the project on
schedule.
NOW THEREFORE, it is considered to be in the best public interest for the City of
Fayetteville to obtain the assistance of McClelland Consulting Engineers, Inc.'s organization in
connection with engineering services. In consideration of the faithful performance of each party
of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows:
1. PRELIMINARY MATTERS
1.1. "McClelland Consulting Engineers, Inc.'s Representative" shall be Daniel Barnes,
P.E., until written notice is provided to the City of Fayetteville designating a new
representative.
1.2. "Contract Ceiling Price." The Contract Ceiling Price for this Agreement is
$279,045.55
1.3. . The Contract Ceiling Price is the maximum aggregate amount of all payments that
the City of Fayetteville may become obligated to make under this Agreement. In no
event, unless modified in writing, shall total payments by the City of Fayetteville under
this Agreement exceed the Contract Ceiling Price. McClelland Consulting Engineers,
Inc. shall not be entitled to receive adjustment, reimbursement, or payment, nor shall the
City of Fayetteville, its officers, agents, employees, or representatives, incur any liability
for, any fee or cost, exceeding the Contract Ceiling Price. McClelland Consulting
Engineers, Inc. additionally agrees that half cell potential tests, bridge deck replacement
design, and analysis of existing structures for bridge deck replacement will not be
performed unless authorized by the City of Fayetteville.
1.4. "Contract Price" is aggregate amount of allowable costs and fees to be paid by the
City of Fayetteville under this Agreement.
1.5. "Default" means the failure of McClelland Consulting Engineers, Inc. to perform any
of the provisions of this Agreement. Default includes, but is not limited to, failure to
complete phases of the work according to schedule or failure to make progress in the
work so as to endanger timely performance of this Agreement, failure to pay
subcontractors in a timely manner, failure to comply with federal and state laws, and
failure to comply with certifications made in or pursuant to this Agreement.
1.6. "Department" or "AHTD" means the Arkansas State Highway and Transportation
Department.
1.7. "DOT" means the United States Department of Transportation.
1.8. "FAR" means the Federal Acquisition Regulations, codified in 48 C.F.R.
1.9. "Fee" whether fixed or otherwise is a dollar amount that includes McClelland
Consulting Engineers, Inc.'s profit on the job.
1.10. "FHWA" means the Federal Highway Administration.
1.11. "Indirect Cost Rate." The Indirect Cost Rate is defined in the provisions of 48 C.F.R.
Part 31, and is also subject to any limitations contained herein. The Indirect Cost Rate
for McClelland Consulting Engineers, Inc. under this Agreement shall be 184.34 percent.
If applicable, the Indirect Cost Rate for each subcontractor shall be listed in Appendix B.
1.12. "Title I Services" are those services provided by McClelland Consulting Engineers,
Inc. before the award of the contract for the construction of the Project, consisting
primarily of engineering services for the planning or design of the Project.
1.13. "Title I Services Ceiling Price." The Title I Services Ceiling Price for this Agreement is
$250,044.26. The Title I Services Ceiling price is the maximum aggregate amount of all
payments that the City of Fayetteville may become obligated to make under this
Agreement for fees and costs related to Title I Services. In no event, unless modified in
writing, shall total payments by the City of Fayetteville related to Title I Services exceed
the Title I Services Ceiling Price. McClelland Consulting Engineers, Inc. shall not be
entitled to receive adjustment, reimbursement, or payment for, nor shall the City of
Fayetteville, its officers, agents, employees, or representatives, incur any liability for, any
fee or cost related to, Title I Services exceeding the Title I Services Ceiling Price.
1.14. "Title II Multiplier' (if applicable) is the mark-up by which the fee and indirect costs
associated with Title II services are calculated. The Title II Multiplier, which accounts for
the fee and indirect costs, is multiplied by the salary rate, as shown on the Schedule of
Salary Ranges, of the particular individual(s) performing the Title II services. The Title II
Multiplier for the term of this Agreement is 3.18.
1.15. "Title II Services' are those services provided by McClelland Consulting Engineers,
Inc. after the award of the contract for the construction of the Project, consisting primarily
of engineering services during the construction of the Project.
1.16. "Title II Services Ceiling Price". The Title II Services Ceiling Price for this Agreement
is $29,001.29. The Title 11 Services Ceiling price is the maximum aggregate amount of
all payments that the City of Fayetteville may become obligated to make under this
Agreement for fees and costs related to Title II Services. In no event, unless modified in
writing, shall total payments by the City of Fayetteville related to Title II Services exceed
the Title II Services Ceiling Price. McClelland Consulting Engineers, Inc. shall not be
entitled to receive adjustment, reimbursement, or payment for, nor shall the City of
Fayetteville, its officers, agents, employees, or representatives, incur any liability for, any
fee or cost related to, Title II Services exceeding the Title II Services Ceiling Price.
2. TYPE OF AGREEMENT
2.1. This Agreement is a cost -plus -fixed -fee contract. McClelland Consulting Engineers,
Inc. is being hired to perform professional engineering services in connection with the
Project as set forth herein. In consideration for Title I services performed, the City of
Fayetteville will reimburse McClelland Consulting Engineers, Inc. for allowable direct and
indirect costs, as defined herein, and pay McClelland Consulting Engineers, Inc. a fixed
fee. If Title II services are to be performed, the City of Fayetteville will reimburse
McClelland Consulting Engineers, Inc. for allowable direct costs and also pay
McClelland Consulting Engineers, Inc. an amount determined by multiplying the salary
rate of the individual(s) performing the Title II services, as shown on the Schedule of
Salary Ranges, by the Title II Multiplier.
2.2. The Project to be performed under this Agreement is a federally -assisted project and
federal funds will be used, in part, to pay McClelland Consulting Engineers, Inc..
Therefore, notwithstanding any provision of this Agreement, all payments, costs, and
expenditures are subject to the requirements and limitations of 48 C.F.R. Part 31, and
McClelland Consulting Engineers, Inc. shall certify the accuracy of all invoices and
requests for payment, along with supporting documentation and any information
provided in determining the Indirect Cost Rates.
3. COSTS, FEES, AND PAYMENT
3.1. Allowable costs.
3.1.1. Allowable costs are subject to the limitations, regulations, and cost principles and
procedures in 48 C.F.R. Part 31, which are expressly incorporated into this
Agreement by reference. For the purpose of reimbursing allowable costs (except
as provided in subparagraph 2 below, with respect to pension, deferred profit
sharing, and employee stock ownership plan contributions), the term costs includes
only-
3.1.1.1. Those recorded costs that, at the time of the request for reimbursement,
McClelland Consulting Engineers, Inc. has paid by cash, check, or other form
of actual payment for items or services purchased directly for the Agreement;
3.1.1.2. When McClelland Consulting Engineers, Inc. is not delinquent in paying
costs of contract performance in the ordinary course of business, costs
incurred, but not necessarily paid, for—
• Materials issued from McClelland Consulting Engineers, Inc.'s inventory
and placed in the production process for use in its performance under this
Agreement;
• Direct labor;
• Direct travel;
• Other direct in-house costs; and
• Properly allocable and allowable indirect costs, as shown in the records
maintained by McClelland Consulting Engineers, Inc. for purposes of
obtaining reimbursement under government contracts; and
• The amount of progress payments that have been paid to McClelland
Consulting Engineers, Inc.'s subcontractors under similar cost standards.
3.1.2. McClelland Consulting Engineers, Inc.'s contributions to any pension or other
post -retirement benefit, profit-sharing or employee stock ownership plan funds that
are paid quarterly or more often may be included in indirect costs for payment
purposes; provided, that McClelland Consulting Engineers, Inc. pays the
contribution to the fund within 30 days after the close of the period covered.
Payments made 30 days or more after the close of a period shall not be included
until McClelland Consulting Engineers, Inc. actually makes the payment. Accrued
costs for such contributions that are paid less often than quarterly shall be excluded
from indirect costs for payment purposes until McClelland Consulting Engineers,
Inc. actually makes the payment.
3.1.3. Notwithstanding the audit and adjustment of invoices or vouchers, allowable
indirect costs under this Agreement shall be obtained by applying Indirect Cost
Rates established in accordance with Subsection 3.3 below.
3.1.4. Any statements in specifications or other documents incorporated in this
Agreement by reference designating performance of services or furnishing of
materials at McClelland Consulting Engineers, Inc.'s expense or at no cost to the
City of Fayetteville shall be disregarded for purposes of cost -reimbursement.
3.2. Salaries. The following schedule covers the classification of personnel and the salary
ranges for all personnel anticipated to be assigned to this project by McClelland
Consulting Engineers, Inc.:
3.2.1.1. SCHEDULE OF SALARY RANGES
Labor Classification
Labor Rate Range
Principal Engineer
$41.27 - $50.50
Project Engineer
$25.84 - $41.40
Engineering Technician
$16.50 - $30.00
Construction Observer
$15.00 - $31.25
Chief Draftsman
$22.00 - $25.00
Draftsman
$15.38 - $1.9.00
Survey Technician
$17.00 - $27.00
Registered Land Surveyor
$21.50 - $32.00
Field Survey (1-man or Rodman)
$16.50 - $24.00
Survey (2- man or Robotic) Crew
$17.00 - $27.00
Geotech Engineer
$26.66 - $41.40
Soils Lab Supervisor
$16.25 - $21.50
Soils Lab Technician
$12.90 - $15.25
Office Administration
$14.50 - $1.9.50
Clerical
$10.50 - $20.00
4
3.2.1.2. The City of Fayetteville shall reimburse McClelland Consulting Engineers,
Inc. for overtime costs only when the overtime has been authorized in writing
by the City of Fayetteville. When authorized, overtime shall be reimbursed at
the rate of time and one-half for all nonexempt employees. Notwithstanding
this provision, McClelland Consulting Engineers, Inc. must comply with all
federal and state wage and hour laws and regulations, regardless whether the
overtime is considered reimbursable under this Agreement.
3.3. Indirect Cost Rates.
3.3.1. Allowable indirect costs incurred by McClelland Consulting Engineers, Inc. shall
also be reimbursed by the City of Fayetteville at the Indirect Cost Rate. The
Indirect Cost Rate of McClelland Consulting Engineers, Inc. for this Agreement shall
be the rate as set forth in subsection 1.11. If applicable, the Indirect Cost Rate for
subcontractors shall be determined in the same manner and subject to the same
limitations as McClelland Consulting Engineers, Inc., and shall be listed for each
subcontractor identified in Appendix B. The Indirect Cost Rate, or any adjustment
thereto, shall not change any monetary ceiling, contract obligation, or specific cost
allowance, or disallowance provided for in this Agreement except as provided for in
sections 3.3.4. and 3.3.5. The Indirect Cost Rate must reflect the allowable indirect
costs pursuant to 48 C.F.R. Part 31 ("FAR").
3.3.2. In establishing the Indirect Cost Rate or proposing any adjustment thereto,
McClelland Consulting Engineers, Inc. shall, upon request, submit to the City of
Fayetteville, FHWA, or their representatives an audited indirect cost rate and
supporting cost data in accordance with the requirements set forth in the current
Arkansas Highway & Transportation Department Indirect Cost Rate Audit
Requirements.
3.3.3. During the term of this Agreement, if an audit of a subsequent accounting period
of McClelland Consulting Engineers, Inc. demonstrates that McClelland Consulting
Engineers, Inc. has incurred allowable indirect costs at a different rate than the
Indirect Cost Rate, the Indirect Cost Rate shall be adjusted. Any adjustment is
subject to the audit and documentation requirements of the FAR and the current
Arkansas Highway & Transportation Department Indirect Cost Rate Audit
Requirements. Except in the case of a provisional Indirect Cost Rate, as provided
in the following subparagraphs, or the disallowance of cost following a subsequent
audit, any adjustment to the Indirect Cost Rate shall be effective only prospectively
from the date that the adjustment is accepted.
3.3.4. In order to expedite some projects, when an audited indirect cost rate has not yet
been submitted and approved, the City of Fayetteville may extend a temporary
waiver and accept a provisional indirect cost rate. This provisional rate must be
reviewed by, and receive a positive recommendation from the Arkansas Highway
and Transportation Department's Chief Auditor. The provisional cost proposal must
be accompanied by written assurance from an independent CPA that he/she has
been engaged to audit the costs in accordance with the above requirements. The
anticipated audit must be based on costs incurred in the most recently completed
fiscal year for which the cost data is available, with the audit scheduled to begin
within a reasonable time frame. If the date of the initial cost proposal is within the
last quarter of the current fiscal year, the audit may be delayed until the current
fiscal year is closed and the final cost data is available. The written assurance from
the CPA that he or she has been engaged to perform the audit at an appropriate
time is still required.
3.3.5. Once an audited indirect cost rate is approved, the ceiling prices provided for in
the initial agreement using the provisional indirect cost rate will be adjusted with a
supplemental agreement to implement the resulting increase or decrease from
revising the indirect cost rate, and all amounts paid McClelland Consulting
Engineers, Inc. prior to receipt and acceptance of an audited indirect cost rate will
be retroactively adjusted for changes in the indirect cost rate. However, no
changes in hours, fixed fees, or other costs will be allowed as a result of applying
the audited indirect cost rate.
3.4. Fees. The justification for the fees and costs is contained in Appendix A. In addition
to reimbursement of the allowable costs as set forth above, the City of Fayetteville shall
pay to McClelland Consulting Engineers, Inc. a fixed fee of $7,844.18. for Title I
Services. For Title II Services, if applicable, the City of Fayetteville shall reimburse
McClelland Consulting Engineers, Inc. for allowable direct costs and also pay to
McClelland Consulting Engineers, Inc. an amount determined by multiplying the salary
rate of the individual(s) performing the Title II Services, as shown on the Schedule of
Salary Ranges, by the Title II Multiplier. The Title II Multiplier shall account for all fees
and indirect costs associated with Title II services.
3.5. Invoices, Reimbursement, and Partial Payments. Submission of invoices and
payment of the fees shall be made as follows, unless modified by the written agreement
of both parties:
3.5.1. Not more often than once per month, McClelland Consulting Engineers, Inc. shall
submit to the City of Fayetteville, in such form and detail as the City of Fayetteville
may require, an invoice or voucher supported by a statement of the claimed
allowable costs for performing this Agreement, and estimates of the amount and
value of the work accomplished under this Agreement. The invoices for costs and
estimates for fees shall be supported by any data requested by the City of
Fayetteville.
3.5.2. In making estimates for fee purposes, such estimates shall include only the
amount and value of the work accomplished and performed by McClelland
Consulting Engineers, Inc. under this Agreement which meets the standards of
quality established under this Agreement. McClelland Consulting Engineers, Inc.
shall submit with the estimates any supporting data required by the City of
Fayetteville. At a minimum, the supporting data shall include a progress report in
the form and number required by the City of Fayetteville.
3.5.3. Upon approval of the estimate by the City of Fayetteville, payment upon properly
executed vouchers shall be made to McClelland Consulting Engineers, Inc., as
soon as practicable, of 100 percent of the allowed costs, and of 90 percent of the
approved amount of the estimated fee, less all previous payments. Notwithstanding
any other provision of this Agreement, only costs and fees determined to be
allowable by the City of Fayetteville in accordance with subpart 31.2 of the Federal
Acquisition Regulations (FAR) in effect on the date of this Agreement and under the
terms of this Agreement shall be reimbursed or paid.
3.5.4. Before final payment under the Agreement, and as a condition precedent thereto,
McClelland Consulting Engineers, Inc. shall execute and deliver to the City of
Fayetteville a release of all claims which are known or reasonably could have been
known to exist against the City of Fayetteville arising under or by virtue of this
Agreement, other than any claims that are specifically excepted by McClelland
Consulting Engineers, Inc. from the operation of the release in amounts stated in
the release.
3.6. Title 1 Services, Title 11 Services, and Contract Ceiling Prices. The parties agree that
aggregate payments under this Agreement, including all costs and fees, shall not
exceed the Contract Ceiling Price. The parties further agree that aggregate payments
for Title I services under this Agreement, including all costs and fees, shall not exceed
the Title I Services Ceiling Price; and that aggregate payments for Title 11 services under
this Agreement, including all costs and fees, shall not exceed the Title II Services Ceiling
Price. No adjustment of the Indirect Cost Rate or the Title 11 Multiplier, claim, or dispute
shall affect the limits imposed by these ceiling prices. No payment of costs or fees shall
be made above these ceiling prices unless the Agreement is modified in writing.
3.7. Final payment
3.7.1. McClelland Consulting Engineers, Inc. shall submit a completion invoice or
voucher, designated as such, promptly upon completion of the work, but no later
than forty-five (45) days (or longer, as the City of Fayetteville may approve in
writing) after the completion date. Upon approval of the completion invoice or
voucher, and upon McClelland Consulting Engineers, Inc.'s compliance with all
terms of this Agreement, the City of Fayetteville shall promptly pay any balance of
allowable costs and any retainage owed to McClelland Consulting Engineers, Inc..
After the release of said retainage McClelland Consulting Engineers, Inc. agrees
that it will continue to provide consultation services to the City of Fayetteville as
needed through supplemental agreement(s) with respect to the contracted services
under this Agreement until all work is completed under both Title I and Title 11.
3.7.2. McClelland Consulting Engineers, Inc. shall pay to the City of Fayetteville any
refunds, rebates, credits, or other amounts (including interest, if any) accruing to or
received by McClelland Consulting Engineers, Inc. or any assignee under this
Agreement, to the extent that those amounts are properly allocable to costs for
which McClelland Consulting Engineers, Inc. has been reimbursed by the City of
Fayetteville. Reasonable expenses incurred by McClelland Consulting Engineers,
Inc. for securing refunds, rebates, credits, or other amounts shall be allowable costs
if approved by the City of Fayetteville. Before final payment under this Agreement,
McClelland Consulting Engineers, Inc. and each assignee whose assignment is in
effect at the time of final payment shall execute and deliver—
• An assignment to the City of Fayetteville, in form and substance satisfactory to
the City of Fayetteville, of refunds, rebates, credits, or other amounts (including
interest, if any) properly allocable to costs for which McClelland Consulting
Engineers, Inc. has been reimbursed by the City of Fayetteville under this
Agreement; and,
• A release discharging the City of Fayetteville, its officers, agents, and employees
from all liabilities, obligations, and claims which were known or could reasonably
have been known to exist arising out of or under this Agreement.
3.8. City of Fayetteville's Right to Withhold Payment. The City of Fayetteville may
withhold payment to such extent as it deems necessary as a result of: (1) third party
claims arising out of the services of McClelland Consulting Engineers, Inc. and made
against the City of Fayetteville; (2) evidence of fraud, over -billing, or overpayment; (3)
inclusion of non -allowable costs; (4) failure to make prompt payments to subcontractors
in the time provided by this Agreement; (5) payment requests received including fees
for unapproved subcontractors; and/or (6) McClelland Consulting Engineers, Inc.'s
default or unsatisfactory performance of services. The withholding of payment under
this provision shall in no way relieve McClelland Consulting Engineers, Inc. of its
obligation to continue to perform its services under this Agreement.
4. DISALLOWANCE OF COSTS
4.1. Notwithstanding any other clause of this Agreement, the City of Fayetteville may at
any time issue to McClelland Consulting Engineers, Inc. a written notice of intent to
disallow specified costs incurred or planned for incurrence under this Agreement that
have been determined not to be allowable under the contract terms.
4.2. Failure to issue a notice under this Section shall not affect the City of Fayetteville's
rights to take exception to incurred costs.
4.3. If a subsequent audit reveals that: (1) items not properly reimbursable have, in fact,
been reimbursed as direct costs; or (2) that the Indirect Cost Rate contains items not
properly reimbursable under the FAR; then, in the case of indirect costs, the Indirect
Cost Rate shall be amended retroactively to reflect the actual allowable indirect costs
incurred, and, in the case of both direct and indirect costs, the City of Fayetteville may
offset, or McClelland Consulting Engineers, Inc. shall repay to City of Fayetteville, any
overpayment.
5. RECORDS & AUDITS
5.1. Records includes books, documents, accounting procedures and practices, and other
data, regardless of type and regardless of whether such items are in written form, in the
form of computer data, or in any other form.
5.2. Examination. McClelland Consulting Engineers, Inc. shall maintain, and the City of
Fayetteville, AHTD, FHWA, and their authorized representatives shall have the right to
examine and audit all records and other evidence sufficient to reflect properly all costs
(direct and indirect) claimed to have been incurred or anticipated to be incurred in
performance of this Agreement. This right of examination shall also include examination
and audit of any records considered, relied upon, or relating to the determination of the
Indirect Cost Rate or any certification thereof, including any CPA audit relied upon to
establish the rate. This right of examination shall also include inspection at all
reasonable times of McClelland Consulting Engineers, Inc.'s offices and facilities, or
parts of them, engaged in performing the Agreement.
5.3. Supporting Data. If McClelland Consulting Engineers, Inc. has been required to
submit data in connection with any action relating to this Agreement, including the
negotiation of or pre -negotiation audit of the Indirect Cost Rate, the negotiation of the
Fee, request for cost reimbursement, request for payment, request for an adjustment, or
assertion of a claim, the City of Fayetteville, AHTD, FHWA, or their authorized
representatives, in order to evaluate the accuracy, completeness, and accuracy of the
data, shall have the right to examine and audit all of McClelland Consulting Engineers,
Inc.'s records, including computations and projections, related to—
• The determination or certification of the Indirect Cost Rate, including any
independent CPA audit or certification thereof;
• Any proposal for the Agreement, subcontract, or modification;
• Discussions conducted on the proposal(s), including those related to negotiating;
• Fees or allowable costs under the Agreement, subcontract, or modification;
• Performance of the Agreement, subcontract or modification; or,
• The amount and basis of any claim or dispute.
5.4. Audit. The City of Fayetteville, AHTD, FHWA, or their authorized representatives,
shall have access to and the right to examine any of McClelland Consulting Engineers,
Inc.'s records involving transactions related to this Agreement or a subcontract
hereunder.
5.5. Reports. If McClelland Consulting Engineers, Inc. is required to furnish cost, funding,
or performance reports, the City of Fayetteville, AHTD, FHWA, or their authorized
representatives shall have the right to examine and audit the supporting records and
materials, for the purpose of evaluating (1) the effectiveness of McClelland Consulting
Engineers, Inc.'s policies and procedures to produce data compatible with the objectives
of these reports and (2) the data reported.
5.6. Availability. McClelland Consulting Engineers, Inc. shall retain and make available at
its office at all reasonable times the records, materials; and other evidence described in
this Section and Section 28, Disputes and Claims, for examination, audit, or
reproduction, until five years after final payment under this Agreement, or for any longer
period required by statute or by other clauses of this Agreement. In addition-
5.6.1. If this Agreement is completely or partially terminated, the records relating to the
work terminated shall be retained and made available for five years after the
termination; and,
5.6.2. Records relating to any claim or dispute, or to litigation or the settlement of
claims arising under or relating to this Agreement shall be retained and made
available until after any such claims or litigation, including appeals, are finally
resolved.
5.7. McClelland Consulting Engineers, Inc. shall insert a clause containing all the terms of
this Section in all subcontracts under this Agreement.
5.8. Freedom of Information Act. City of Fayetteville contracts and documents prepared
while performing City of Fayetteville contractual work are subject to the Arkansas
Freedom of Information Act. If a Freedom of Information Act request is presented to the
City of Fayetteville, McClelland Consulting Engineers, Inc. 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.
6. DESCRIPTION OF THE PROJECT
6.1. The City of Fayetteville is planning to esr tore the historic Maple Street Bridge_and_ _ _ _ _ .
- Deleted: rehabilitate
Lafayette Street Bridge, including related approach work, and requires the professional
services from McClelland Consulting Engineers, Inc. to perform a geotechnical
evaluation, survey, environmental documentation, design, and engineering management
services during construction, _ _ _ _ _ ._ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ,_ _ _ _ ._ _ _ _ _ _ _ _ ._ ._ _ _ _ _ _
Formatted: Font: Bold
6.2. It is the intention of the City of Fayetteville to restore both historic bridges to their
Y
Formatted: Indent: Left: 0.55", No
bullets or numbering
original beauty and to thus set a high example for restoration for a municipality in
Arkansas and the United States ------------------
Formatted: Font: Bold
_ - - I Formatted: Indent: Left: 0.5", First
McClelland Consulting Engineers Inc.. and Horner & Shifrin Inc. must comply with line: 0.25", No bullets or numbering
the National Park Service Secretary of the Interior Standards for Restorations and will be
additionally under the direction review and approval of the Arkansas Historic
Preservation Program (AHPP) the State Historic Preservation Office (SHPO) and the
National Historic Preservation Act of 1966 (NHPA) Section 106 review, to ensure that
work performed on the two historic bridges is appropriate and will maintain the individual
qualifying status of each property as it is listed on the National Register of Historic
Places.. ----------------------------------- Formatted: Font: Not Bold
Deleted: ¶
%
7. INFORMATION AND TITLE I SERVICES TO BE PROVIDED BY MCCLELLAND
CONSULTING ENGINEERS, INC.
7.1. Survey
• Complete a detailed topographic, property, and utility survey as needed for
design of the improvements as listed in Paragraph 6.1. Elevation control will be
established using AHTD elevation procedures.
7.2. Geotechnical Investigation
• Drill two borings adjacent to the rotated retaining wall located in the eastern
approach of the Lafayette Street Bridge.
• Obtain samples of the soil strata.
• Obtain core samples of the underlying rock strata.
• Perform laboratory tests for moisture content, classifications, unit weights,
unconfined compression tests.
• Interpret and evaluate geotechnical data for retaining wall design/rehabilitation
and the pavement structure.
• Perform two pavement cores on each bridge approach (8 total cores) to
determine existing pavement section.
• Take six concrete samples (cores) from each bridge deck and perform 30
chloride tests.
• Perform chain drag testing on each bridge deck. The City of Fayetteville will be
responsible for the removal of the asphalt on the bridge decks.
• Complete Half -Cell Potential Test (2 Each if chloride content warrants).
7.3. Environmental Documentation
• Environmental Data Collection - Preliminary environmental data associated with
the proposed project area will be collected and assessed for the social,
economic, and environmental impacts area, including:
1. Air Quality
2. Noise Quality
3. Hazardous Materials
4. Wetlands and Stream Impacts
5. Water Quality, including Public Drinking Supplies
6. Farmland
7. Land Use and Land Cover
8. Terrestrial and Aquatic Communities
9. Endangered Species
10. Economic
11. Community
12. Relocations of Homes and Businesses
13. Environmental Justice and Title VI
14. Recreational Areas
10
15. Archeological and Historic Sites
16. Visual
17. Section 4(f)
18. Secondary and Cumulative Impacts
■ Coordinate with relevant regulatory agencies as required (FEMA, USACOE,
SHPO, ADEQ, USFWS and others) to resolve environmental issues and obtain
permits.
• Environmental Constraints Map - All environmental data collected will be
transferred to appropriately scaled aerial photographs to produce a map that
indicates all known environmentally sensitive areas.
• Prepare environmental document, including cultural resources clearance
(Section 106 review) from the State Historic Preservation Office. A Tier 3
Categorical Exclusion is likely the required documentation. Include location
studies and Section 4(f) evaluations if necessary.
• Submit draft environmental document in electronic format for review by the City
of Fayetteville and AHTD.
• Perform alterations necessary to respond to comments made in the City of
Fayetteville's and AHTD's reviews.
• Submit final draft to the City of Fayetteville and AHTD for FHWA approval.
• Prepare designated number of copies of environmental document after FHWA
approval and distribute as directed. An electronic copy of the approved
environmental document in pdf form will be provided to the AHTD.
7.4. Design
• Prepare project design criteria�and submit to AHTD for review before preliminary_ _
design work to obtain design exemptions where necessary to retain the original
elements and design. Design exemptions will be based on coordination with the -
,State Historic Preservation Office SHPO). AHTD Standard -Specifications for
Highway Construction will be used.
• Complete site visit for visual verification of previous bridge inspection.
• Develop an engineering design for the, roadway approach improvements and
associated utility relocations, as needed. Submit design plans for review by the
City of Fayetteville and AHTD at the 30%, 60%, and 90% stages. Submit an
updated cost estimate with each design review, include costs for utilities,
railroad permits, railroad personnel & equipment, etc at applicable.
o Maple Street Bridge Design Scope
■ Complete approach design
■ Coordinate non city owned utility relocations
■ Design city owned utility relocations/extensions.
o Lafayette Street Bridge Design Scope
■ Complete approach design
■ Coordinate non city owned utility relocations
■ Design city owned utility relocations/extensions
■ Replace or repair leaning wall at SW corner of approach using
original plans to replicate existing wall — Take design from
Horner and Shifrin, Inc and develop construction drawings,
• Prepare necessary exhibits, and attend all necessary public involvement
meetings and public hearings (5 total).
• Coordinate design and construction with franchise utility companies' relocations
to assure adequate space for all facilities and timely relocations.
• Coordinate with Railroad to obtain any permits necessary for the Contractor to
perform the work.
11
Deleted:
Formatted: Font: (Default) Arial, 10
Pt
Formatted: Font: (Default) Arial, 10
pt
• Prepare final construction plans and specifications for the roadway approach
improvements. Plans will be completed in both Microstation and AutoCAD
formats.
• Provide right of way acquisition documents and engineering services required for
acquisition of rights of way and easements if needed.
• Provide a final set of signed and sealed roadway approach improvement
drawings to AHTD Bridge Division for record purposes.
• When requested, clarify and technical issues that may arise from contractors
preparing a bid, and provide written documentation to assist in issuing addenda,
as needed.
8. INFORMATION TO BE PROVIDED BY THE CITY OF FAYETTEVILLE _ _ _ _ _ _ _ _ _ _ _ _ _ _ Deleted: ¶
4
8.1. The City of Fayetteville shall make available to McClelland Consulting Engineers, Inc.
all technical data in the City of Fayetteville's possession, including laboratory tests,
maps, surveys, borings, and other information required by McClelland Consulting
Engineers, Inc. and relating to McClelland Consulting Engineers, Inc.'s work.
9. TITLE II SERVICES TO BE PROVIDED BY MCCLELLAND CONSULTING ENGINEERS
INC.
9.1. Survey Control
McClelland Consulting Engineers, Inc. shall establish the survey control baseline(s)
along with sufficient baseline control points and benchmarks at appropriate intervals
along the project for use by the Contractor and McClelland Consulting Engineers, Inc.
in performing verification surveys of construction layout. McClelland Consulting
Engineers, Inc. shall (1) make and record such measurements as are necessary to
calculate and document quantities for pay items; and (2) perform incidental
engineering surveys as may be necessary to carry out the services covered by this
agreement and to verify and confirm the accuracy of the Contractor's survey layout
work. All survey work shall be performed under the supervision of a Surveyor
registered in the State of Arkansas.
9.2. Engineering Management Services
• Review of shop drawings and submittals, as requested.
• Provide design related solutions to construction problems and issues that may arise
during construction.
• Assist the City of Fayetteville in preparing for any litigation or other action that may
arise as a result of the Project.
• McClelland Consulting Engineers, Inc. does not make any representation as to the
legal sufficiency of contracts it helps to coordinate and the City of Fayetteville if solely
responsible for determining that all contracts meet its legal requirements.
• Prepare the SWPPP documents and plans, and insure that all requirements of ADEQ
and the City of Fayetteville are met.
10. COORDINATION WITH CITY OF FAYETTEVILLE
10.1. Throughout the Project, McClelland Consulting Engineers, Inc. shall hold monthly
conferences, if needed, in Fayetteville, Arkansas, or such other location as designated
by the City of Fayetteville, with representatives of the City of Fayetteville, the AHTD, and
12
the FHWA so that as the Project progresses, McClelland Consulting Engineers, Inc.
shall have full benefit of the City of Fayetteville's knowledge of existing needs and
facilities and be consistent with the City of Fayetteville's current policies and practices.
The extent and character of the work to be done by McClelland Consulting Engineers,
Inc. shall be subject to the general oversight and approval of the City of Fayetteville.
11. OFFICE LOCATION FOR REVIEW OF WORK
11.1. Review of the work as it progresses and all files and documents produced under this
Agreement may be made by representatives of the City of Fayetteville, the AHTD, and
the FHWA at the project office of McClelland Consulting Engineers, Inc. located in
Fayetteville or Little Rock, Arkansas or at the regional offices of McClelland Consulting
Engineers, Inc. located in N/A or McClelland Consulting Engineers, Inc.'s Arkansas
office located at N/A.
12. ACCESS TO PROPERTY
12.1. McClelland Consulting Engineers, Inc.'s services to the City of Fayetteville may
require entry upon private property. The City of Fayetteville will present or mail to
private landowners a letter of introduction and explanation, describing the work, which
shall be drafted by McClelland Consulting Engineers, Inc.. McClelland Consulting
Engineers, Inc. will make reasonable attempts to notify resident landowners who are
obvious and present when McClelland Consulting Engineers, Inc. is in the field.
McClelland Consulting Engineers, Inc. is not expected to provide detailed contact with
individual landowners. McClelland Consulting Engineers, Inc. is not expected to obtain
entry by means other than the consent of the landowner. If McClelland Consulting
Engineers, Inc. is denied entry to private property by the landowner, McClelland
Consulting Engineers, Inc. will not enter the property. If denied entry to the property,
McClelland Consulting Engineers, Inc. shall notify the City of Fayetteville and advise the
City of Fayetteville of an alternate evaluation method if one is feasible. The City of
Fayetteville shall decide on the course of action to obtain access to the property.
13. DELIVERABLES
13.1. Meeting minutes, correspondence, bi-weekly project estimates, materials testing
reports, environmental documents, design submittals and survey data files for the
project. At the close of the project, the records will be assembled in accordance with
current City of Fayetteville and AHTD policies and submitted to the City of Fayetteville
and AHTD for review and approval.
14. SUBCONTRACTING
14.1. Unless expressly disclosed in Appendix B, McClelland Consulting Engineers, Inc.
may not subcontract any of the services to be provided herein without the express
written approval of the City of Fayetteville. All subcontractors, including those listed in
Appendix B, shall be bound by the terms of this Agreement. All subcontractors shall be
subject to all contractual and legal restrictions concerning payment and determination of
allowable costs, and subject to all disclosure and audit provisions contained herein and
in any applicable federal or state law.
14.2. Unless the consent or approval specifically provides otherwise, neither consent by
the City of Fayetteville to any subcontract nor approval of McClelland Consulting
13
Engineers, Inc.'s purchasing system shall constitute a determination (1) of the
acceptability of any subcontract terms or conditions, (2) of the acceptability of any
subcontract price or of any amount paid under any subcontract, or (3) to relieve
McClelland Consulting Engineers, Inc. of any responsibility, obligation, or duty under this
Agreement.
14.3. No subcontract placed under this Agreement shall provide for payment on a cost-
plus -a -percentage -of -cost basis, and any fee payable under cost -reimbursement
subcontracts shall not exceed the fee limitations of the FAR.
14.4. Furthermore, notwithstanding any other provision within this Agreement, no
reimbursement or payment for any markup of the cost of any subcontract shall be
considered by the City of Fayetteville without the express written agreement of the City
of Fayetteville.
14.5. Prompt Payment. McClelland Consulting Engineers, Inc. shall pay subcontractors for
satisfactory performance of their subcontracts within 30 days of receipt of each payment
by the City of Fayetteville to McClelland Consulting Engineers, Inc.. Any retainage
payments held by McClelland Consulting Engineers, Inc. must be returned to the
subcontractor within 30 days after the subcontractor's work is completed. Failure to
comply with this provision shall be considered a Default by McClelland Consulting
Engineers, Inc.. If McClelland Consulting Engineers, Inc. fails to comply with this
provision, in addition to any other rights or remedies provided under this Agreement, the
City of Fayetteville, at its sole option and discretion, may:
• make payments directly to the subcontractor and offset such payments, along with
any administrative costs incurred by the City of Fayetteville, against reimbursements
or payments otherwise due McClelland Consulting Engineers, Inc.;
• notify any sureties; and/or,
• withhold any or all reimbursements or payments otherwise due to McClelland
Consulting Engineers, Inc. until McClelland Consulting Engineers, Inc. ensures that
the subcontractors have been and will be promptly paid for work performed.
14.6. McClelland Consulting Engineers, Inc. shall insert a clause containing all the terms of
this Section in all subcontracts under this Agreement.
15. RESPONSIBILITY OF MCCLELLAND CONSULTING ENGINEERS, INC.
15.1. Notwithstanding any review, approval, acceptance, or payment by the City of
Fayetteville, McClelland Consulting Engineers, Inc. shall be responsible for the
professional quality, technical accuracy, and the coordination of all designs, drawings,
specifications, and other services furnished by McClelland Consulting Engineers, Inc.
under this Agreement. McClelland Consulting Engineers, Inc. shall, without additional
compensation, correct or revise any errors or deficiencies in its designs, drawings,
specifications, and other services.
15.2. McClelland Consulting Engineers, Inc. shall demonstrate to the City of Fayetteville
the presence and implementation of quality assurance in the performance of McClelland
Consulting Engineers, Inc.'s work. McClelland Consulting Engineers, Inc. shall identify
individual(s) responsible, as well as methods used to determine the completeness and
accuracy of drawings, specifications, and cost estimates.
14
15.3. McClelland Consulting Engineers, Inc. further agrees that in its performance of work
under this Agreement, it shall adhere to the requirements in the Design Standards of the
AHTD and FHWA, which shall be incorporated herein by reference.
15.4. The City of Fayetteville shall have the right at any time and in its sole discretion to
submit for review all or any portion of McClelland Consulting Engineers, Inc.'s work to
consulting engineers engaged by the City of Fayetteville for that purpose. McClelland
Consulting Engineers, Inc. shall fully cooperate with any such review.
15.5. McClelland Consulting Engineers, Inc. and any subcontractor shall employ qualified
and competent personnel to perform the work under this Agreement.
15.6. Neither the City of Fayetteville's review, approval, or acceptance of, nor payment for,
the services required under this Agreement shall be construed to operate as a waiver of
any rights under this Agreement, or of any cause of action arising out of the performance
of this Agreement. McClelland Consulting Engineers, Inc. shall be and remain liable to
the City of Fayetteville for all damages to the City of Fayetteville caused by McClelland
Consulting Engineers, Inc.'s negligent performance of any of the services furnished
under this Agreement.
15.7. The rights and remedies of the City of Fayetteville provided under this Agreement are
in addition to any other rights and remedies provided by law.
15.8. If McClelland Consulting Engineers, Inc. is comprised of more than one legal entity,
each such entity shall be jointly and severally liable hereunder.
16. WARRANTY OF SERVICES
16.1. Definitions. Acceptance, as used in this Agreement, means the act of an authorized
representative of the City of Fayetteville by which the City of Fayetteville approves
specific services, as partial or complete performance of the Agreement. Correction, as
used in this Agreement, means the elimination of a defect.
16.2. Notwithstanding inspection and acceptance by the City of Fayetteville or any
provision concerning the conclusiveness thereof, McClelland Consulting Engineers, Inc.
warrants that all services performed and work product under this Agreement will, at the
time of acceptance, be free from defects in workmanship and conform to the
requirements of this Agreement.
16.3. If McClelland Consulting Engineers, Inc. is required to correct or re -perform, it shall
be at no cost to the City of Fayetteville, and any services corrected or re -performed by
McClelland Consulting Engineers, Inc. shall be subject to this Section to the same extent
as work initially performed. If McClelland Consulting Engineers, Inc. fails or refuses to
correct or re -perform, the City of Fayetteville may, by contract or otherwise, correct or
replace with similar services and charge to McClelland Consulting Engineers, Inc. the
cost occasioned to the City of Fayetteville thereby, or make an equitable adjustment in
the Contract Price.
16.4. If the City of Fayetteville does not require correction or re -performance, the City of
Fayetteville shall make an equitable adjustment in the Contract Price.
16.5. Nothing within this Section shall constitute a waiver or exclusion of any other right or
remedy that the City of Fayetteville may possess at law or under this Agreement.
15
17. TERM, COMMENCEMENT, AND COMPLETION
17.1. This Agreement shall commence on the effective date set forth above and remain in
effect until the completion of McClelland Consulting Engineers, Inc.'s Scope of Services,
as defined herein, to be completed within a period of nine (9) months, unless extended
or terminated by the City of Fayetteville in accordance with this Agreement.
17.2. McClelland Consulting Engineers, Inc. shall begin work under the terms of this
Agreement within ten (10) days of receiving written notice to proceed. [If services are to
be performed in subsequent phases, then each phase shall be commenced upon the
City of Fayetteville's approval of the previous phase. McClelland Consulting Engineers,
Inc. shall not be entitled to any compensation or reimbursement for services performed
in a phase unless and until it has received approval from the City of Fayetteville to
proceed with such services.]
17.3. It is further agreed that time is of the essence in performance of this Agreement.
McClelland Consulting Engineers, Inc. shall complete the work, or each phase, as
scheduled, and the City of Fayetteville shall provide any required approval of the work or
phase meeting the requirements contained herein in a reasonable and timely manner.
The Project shall be completed as follows:
Topographic Survey 6 weeks from notice to proceed
Environmental Documentation 16 weeks from notice to proceed
Geotechnical Investigation 6 weeks from notice to proceed
Submit 30% Design for Review/Comment 13 weeks from notice to proceed
Submit 60% Design for Review/Comment 4 weeks from 30% approval
Submit 90% Design for Review/Comment 11 weeks from 60% approval
Submit 100% Design for Review/Approval 7 weeks from 90% approval
18. TERMINATION
18.1. The City of Fayetteville may terminate this Agreement in whole or, from time to time,
in part, for the City of Fayetteville's convenience or because of the Default of McClelland
Consulting Engineers, Inc..
18.2. The City of Fayetteville shall terminate this Agreement by delivering to McClelland
Consulting Engineers, Inc. written notice of the termination.
18.3. Upon receipt of the notice, McClelland Consulting Engineers, Inc. shall:
• Immediately discontinue all services affected (unless the notice directs otherwise).
• Deliver to the City of Fayetteville all data, drawings, specifications, reports, estimates,
summaries, and other information and materials accumulated in performing this
Agreement, whether completed or in process.
• Terminate all subcontracts to the extent they relate to the work terminated.
• In the sole discretion and option of the City of Fayetteville, and if and only if
requested to do so, assign to the City of Fayetteville all right, title, and interest of
McClelland Consulting Engineers, Inc. under the subcontracts terminated, in which
case the City of Fayetteville shall have the right to settle any claim or dispute arising
out of those subcontracts without waiver of any right or claim the City of Fayetteville
may possess against McClelland Consulting Engineers, Inc..
16
• With approval or ratification by the City of Fayetteville, settle all outstanding liabilities
arising from the termination of subcontracts, the cost of which would be allowable in
whole or in part, under this Agreement.
• Complete performance of any work not terminated
• Take any action that may be necessary, or that the City of Fayetteville may direct, for
the protection and preservation of the property related to this Agreement which is in
the possession of McClelland Consulting Engineers, Inc. and in which the City of
Fayetteville has or may acquire an interest.
18.4. If the termination is for the convenience of the City of Fayetteville, the City of
Fayetteville shall make an equitable adjustment in the Contract Price, subject to the
Ceiling Prices and Funding Limitations provisions, but shall allow no anticipated fee or
profit on unperformed services.
18.5. If the termination is for McClelland Consulting Engineers, Inc.'s Default, the City of
Fayetteville may complete the work by contract or otherwise and McClelland Consulting
Engineers, Inc. shall be liable for any reasonable and necessary additional cost incurred
by the City of Fayetteville to the extent caused by McClelland Consulting Engineers,
Inc.'s default.
18.6. Disputes and claims arising from termination of this Agreement shall be governed by
Section 28, Claims and Disputes (48 CFR 31.205-42(e) (2)).
18.7. The rights and remedies of the City of Fayetteville provided in this Section are in
addition to any other rights and remedies provided by law or under this Agreement, and
shall not constitute a waiver of any other such right or remedy.
19. STOP WORK ORDERS
19.1. The City of Fayetteville may, at any time, by written order to McClelland Consulting
Engineers, Inc., require McClelland Consulting Engineers, Inc. to stop all, or any part, of
the work called for by this Agreement for a period of up to 90 days after the order is
delivered to McClelland Consulting Engineers, Inc., and for any further period to which
the parties may agree. Upon receipt of the order, McClelland Consulting Engineers, Inc.
shall immediately comply with its terms and take all reasonable steps to minimize the
incurrence of costs allocable to the work covered by the order during the period of work
stoppage. Within a period of 90 days after a stop work order is delivered to McClelland
Consulting Engineers, Inc., or within any extension of that period to which the parties
shall have agreed, the City of Fayetteville shall either-
19.1.1. Cancel the stop work order; or
19.1.2. Terminate the work pursuant to Section 18, Termination
19.2. If a stop work order issued under this Section is canceled or the.period of the order or
any extension thereof expires, McClelland Consulting Engineers, Inc. shall resume work.
The City of Fayetteville shall make an equitable adjustment in the delivery schedule or
Contract Price, or both, and the Agreement shall be modified in writing accordingly, if —
The stop work order was not issued because of McClelland Consulting Engineers,
Inc.'s Default in its performance of its obligations under any part of this Agreement;
and,
17
• The stop work order results in an increase in the time required for, or in McClelland
Consulting Engineers, Inc.'s cost properly allocable to, the performance of any part of
this Agreement; and,
• McClelland Consulting Engineers, Inc. provides Notice of Potential Claim pursuant to
Section 28, Disputes and Claims.
20. CHANGES
20.1. The City of Fayetteville may at any time, by written order, and without notice to the
sureties, if any, make changes within the general scope of this Agreement, including but
not limited to: (1) drawings, designs, or specifications; (2) time of performance (i.e.,
hours of the day, days of the week, etc.); and (3) places of inspection, delivery, or
acceptance.
20.2. If any such change causes an increase or decrease in the cost of, or the time
required for, performance of any part of the work under this Agreement, whether or not
changed by the order, the City of Fayetteville shall make an equitable adjustment in the
(1) estimated cost, delivery or completion schedule, or both; (2) amount of any fee; and
(3) other affected terms.
20.3. All claims and disputes shall be governed by the Section 28, Claims and Disputes.
As provided in Section 28, McClelland Consulting Engineers, Inc. must provide written
notice of its intention to make a claim for additional compensation before beginning the
work on which the claim is based. If such notice is not given, McClelland Consulting
Engineers, Inc. hereby agrees to waive any claim for such additional compensation.
20.4. Failure to agree to any adjustment shall be a dispute under Section 28, Disputes and
Claims. However, nothing in this Section or any other provision of this Agreement shall
excuse McClelland Consulting Engineers, Inc. from proceeding with the Agreement as
changed.
21. OWNERSHIP OF DOCUMENTS & DATA
21.1. All project documents and data, regardless of form and including but not limited to
original drawings, disks of CADD drawings, cross -sections, estimates, files, field notes,
and data, shall be the property of the City of Fayetteville. McClelland Consulting
Engineers, Inc. shall further provide all documents and data to the City of Fayetteville
upon the City of Fayetteville's request. McClelland Consulting Engineers, Inc. may
retain reproduced copies of drawings and other documents. In the event that any patent
rights or copyrights are created in any of the documents, data compilations, or any other
work product, the City of Fayetteville shall have an irrevocable license to use such
documents, or data compilations, or work product.
22. PATENT AND COPYRIGHT INFRINGEMENT
22.1. McClelland Consulting Engineers, Inc. shall report to the City of Fayetteville, promptly
and in reasonable written detail, each notice or claim of patent or copyright infringement
based on the performance of this Agreement of which McClelland Consulting Engineers,
Inc. has knowledge.
22.2. In the event of any claim or suit against the City of Fayetteville on account of any
alleged patent or copyright infringement arising out of the performance of this
18
Agreement or out of the use of any supplies furnished or work or services performed
under this Agreement, McClelland Consulting Engineers, Inc. shall furnish to the City of
Fayetteville, when requested by the City of Fayetteville, all evidence and information in
possession of McClelland Consulting Engineers, Inc. pertaining to such suit or claim.
Such evidence and information shall be furnished at the expense of McClelland
Consulting Engineers, Inc..
22.3. McClelland Consulting Engineers, Inc. agrees to include, and require inclusion of, the
provisions of this Section in all subcontracts at any tier for supplies or services.
22.4. McClelland Consulting Engineers, Inc. shall indemnify the City of Fayetteville and its
officers, agents, and employees against liability, including costs and attorneys' fees, for
infringement of any United States patent or copyright arising from the manufacture or
delivery of supplies, the performance of services, or the construction, alteration,
modification, or repair of real property under this Agreement, or out of the use or
disposal by or for the account of the City of Fayetteville of such supplies or construction
work.
22.5. This indemnity shall not apply unless McClelland Consulting Engineers, Inc. shall
have been informed within ten (10) business days following the City of Fayetteville's
receipt of legal notice of any suit alleging such infringement and shall have been given
such opportunity as is afforded by applicable laws, rules, or regulations to participate in
its defense. Further, this indemnity shall not apply to (1) an infringement resulting from
compliance with specific written instructions of the City of Fayetteville directing a change
in the supplies to be delivered or in the materials or equipment to be used, or directing a
manner of performance of the Agreement not normally used by McClelland Consulting
Engineers, Inc., (2) an infringement resulting from addition to or change in supplies or
components furnished or construction work performed that was made subsequent to
delivery or performance, or (3) a claimed infringement that is unreasonably settled
without the consent of McClelland Consulting Engineers, Inc., unless required by final
decree of a court of competent jurisdiction.
23. BANKRUPTCY
23.1. In the event McClelland Consulting Engineers, Inc. enters into proceedings relating to
bankruptcy, whether voluntary or involuntary, McClelland Consulting Engineers, Inc.
agrees to furnish, by certified mail, written notice of the bankruptcy to the City of
Fayetteville. This notice shall be furnished within five days of" the initiation of the
proceedings relating to bankruptcy filing. This notice shall include the date on which the
bankruptcy petition was filed, the identity of the court in which the bankruptcy petition
was filed, and a listing of AHTD job numbers and FAP numbers for all contracts with City
of Fayetteville against which final payment has not been made. This obligation remains
in effect until final payment under this Agreement.
24. FUNDING LIMITATIONS
24.1. The City of Fayetteville's obligations under this Agreement are contingent upon the
availability of appropriated funds from which payments under the terms of this
Agreement can be made in this and each subsequent fiscal year for the duration of the
Agreement. No legal liability on the part of the City of Fayetteville of any kind
whatsoever under this Agreement shall arise until funds are made available to the City of
Fayetteville for performance of this Agreement, including those to be appropriated and
provided by the State of Arkansas and those to be provided by the United States.
19
25. SUCCESSORS AND ASSIGNS
25.1. This Agreement shall be binding upon the parties and their successors and assigns,
and except as expressly set forth herein, neither the City of Fayetteville nor McClelland
Consulting Engineers, Inc. may assign, delegate, or transfer any benefit or obligation
under this Agreement without the express written consent of the other party. Nothing
herein shall be construed as a waiver of any immunity or as creating any personal
liability on the part of any officer or agent of the City of Fayetteville or any other
governmental entity either made a party to, or having any interest in, this Agreement.
26. INDEMNITY AND RESPONSIBILITY FOR CLAIMS AND LIABILITY
26.1. Indemnity. McClelland Consulting Engineers, Inc. shall hold harmless and indemnify
the City of Fayetteville and the AHTD, their officers, employees, and agents, from and
for all claims and liabilities stemming from any wrongful (whether negligent, reckless, or
intentional) acts or omissions on the part of McClelland Consulting Engineers, Inc. and
its subcontractors, and their agents and employees.
26.2. No Personal Liability. No director, officer, manager, employee, agent, assign, or
representative of the City of Fayetteville or the AHTD shall be liable to McClelland
Consulting Engineers, Inc. in a personal or individual capacity under any term of this
Agreement, because of any breach thereof, or for any act or omission in its execution or
performance.
26.3. Independent Contractor Relationship. The parties intend that McClelland Consulting
Engineers, Inc. shall be an independent contractor of the City of Fayetteville and that
McClelland Consulting Engineers, Inc. shall be liable for any act or omission of
McClelland Consulting Engineers, Inc. or its agents, employees, or subcontractors
arising under or occurring during the performance of this Agreement. No act or direction
of the City of Fayetteville shall be deemed to be an exercise of supervision or control of
McClelland Consulting Engineers, Inc.'s performance.
27. INSURANCE
27.1. Professional Liability Insurance Coverage. McClelland Consulting Engineers, Inc.
shall maintain at all times during the performance of services under this Agreement
professional liability insurance coverage for errors, omissions, and negligent acts arising
out of the performance of this Agreement in an amount per claim of not less than five (5)
times the original Contract Ceiling Price or $1,000,000, whichever is less. Such
insurance shall extend to McClelland Consulting Engineers, Inc. and to its legal
representatives in the event of death, dissolution, or bankruptcy, and shall cover the
errors, omissions, or negligent acts of McClelland Consulting Engineers, Inc.'s
subcontractors, agents, and employees. Such insurance shall extend to any errors,
omissions, and negligent acts in the performance of services under this Agreement
committed by McClelland Consulting Engineers, Inc. or alleged to have been committed
by McClelland Consulting Engineers, Inc. or any person for whom McClelland
Consulting Engineers, Inc. is legally responsible.
27.2. Deductible. McClelland Consulting Engineers, Inc. may maintain a professional
liability insurance policy with a deductible clause in an amount approved by the City of
Fayetteville if, in the judgment and opinion of the City of Fayetteville, McClelland
Consulting Engineers, Inc.'s financial resources are sufficient to adequately cover
20
possible liability in the amount of the deductible. McClelland Consulting Engineers, Inc.
shall submit promptly to the City of Fayetteville, upon request as often as quarterly,
detailed financial statements and any other information requested by the City of
Fayetteville to reasonably determine whether or not McClelland Consulting Engineers,
Inc.'s financial resources are sufficient to adequately cover possible liability in the amount
of the deductible.
27.3. Worker's Compensation Insurance. McClelland Consulting Engineers, Inc. shall at all
times during the Term of this Agreement maintain Worker's Compensation and
Employers Liability Insurance as required under Arkansas law.
27.4. General Liability Insurance. McClelland Consulting Engineers, Inc. shall at all times
during the term of this Agreement maintain comprehensive general liability insurance
coverage for bodily injury and property damage in the combined single limit of
$1,000,000, and comprehensive automobile liability insurance coverage for bodily injury
and property damage in the combined single limit of $1,000,000, which shall cover all
owned, hired, and non -owned vehicles. McClelland Consulting Engineers, Inc.'s
insurance coverage shall also cover restoration of plans, drawings, field notes, and other
documents in the event of their loss or destruction while in the custody of McClelland
Consulting Engineers, Inc..
27.5. Insurance Policies and Certificates. McClelland Consulting Engineers, Inc. shall
provide the City of Fayetteville upon request copies of its insurance policies and evidence
satisfactory to the City of Fayetteville concerning the effectiveness and the specific terms
of the insurance. Prior to the execution of this Agreement, McClelland Consulting
Engineers, Inc. shall furnish to the City of Fayetteville certificates of insurance reflecting
policies in force, and it shall also provide certificates evidencing all renewals of any
expiring insurance policy required hereunder within thirty (30) days of the expiration
thereof. McClelland Consulting Engineers, Inc.'s failure to provide and continue in force
and effect any insurance required under this Article shall be deemed a Default for which
City of Fayetteville, in its sole discretion, may terminate this Agreement immediately or on
such other terms as it sees fit.
27.6. Additional Insurance Requirements. All insurance maintained by McClelland
Consulting Engineers, Inc. pursuant to this Section shall be written by insurance
companies licensed to do business in Arkansas, in form and substance satisfactory to the
City of Fayetteville, and shall provide that the insurance will not be subject to cancellation,
termination, or change during its term except upon thirty (30) days prior written notice to
the City of Fayetteville.
27.7. Duration of Insurance Obligations. McClelland Consulting Engineers, Inc. shall
maintain its professional insurance coverage required under this Agreement in force and
effect for a period not less than five years after the final acceptance of the project or the
completion of McClelland Consulting Engineers, Inc.'s services under this Agreement,
whichever comes later. Comprehensive General Liability Insurance Coverage required
under this Agreement shall be in full force and effect until the final acceptance or the
completion of McClelland Consulting Engineers, Inc.'s services, whichever comes later.
All other insurance shall be maintained in full force and effect until final acceptance of the
project or completion of McClelland Consulting Engineers, Inc.'s services, whichever
comes first.
27.8. McClelland Consulting Engineers, Inc.'s Insurance Primary. All insurance policies
maintained by McClelland Consulting Engineers, Inc. pursuant to. this Agreement shall
provide that McClelland Consulting Engineers, Inc.'s insurance shall be primary and the
City of Fayetteville's own insurance shall be non-contributing.
21
27.9. Additional Insured. All liability insurance policies, except the professional liability
policy, maintained by McClelland Consulting Engineers, Inc. pursuant to this Agreement
shall be endorsed to include the City of Fayetteville, its officers, directors, managers,
employees, agents, assigns and representatives, individually and collectively, as
additional insured, and all property damage insurance shall be endorsed with a waiver of
subrogation by the insurer as to the City of Fayetteville.
28. DISPUTES AND CLAIMS
28.1. Notice of Potential Claim. Whenever a McClelland Consulting Engineers, Inc. deems
that any additional compensation is due, McClelland Consulting Engineers, Inc. shall
notify the City of Fayetteville in writing of its intention to make a claim for additional
compensation ("Notice of Potential Claim") before beginning the work that gives rise
to the claim.
28.2. Time & Manner for Submitting Claim. All disputes and claims shall first be submitted
in writing to the City of Fayetteville within 45 calendar days after the completion or
termination date. McClelland Consulting Engineers, Inc. hereby agrees that the
failure to submit the dispute or claim to the City of Fayetteville prior to 45 calendar
days after the completion or termination date shall constitute a waiver of the
dispute or' claim.
28.3. Form. All disputes and claims must be submitted in writing and in sufficient detail to
permit the City of Fayetteville to determine the basis for entitlement and the actual
allowable costs incurred. Each claim must contain:
• A detailed factual statement of the claim providing all necessary dates, locations, and
items of work affected by the claim;
• The date the actions resulting in the claim occurred or conditions resulting in the
claim became evident;
• A copy of the "Notice of Potential Claim';
• The name, title, and activity of each City of Fayetteville's employee knowledgeable
about facts that gave rise to such claim;
• The name, title, and activity of each McClelland Consulting Engineers, Inc.,
Subcontractor, or employee knowledgeable about the facts that gave rise to the
claim;
• The specific provisions of the Agreement that support the claim and a statement why
such provisions support the claim;
• The identification and substance of any relevant documents, things, or oral
communications related to the claim;
• A statement whether the claim is based on provisions of the Agreement or an alleged
breach of the Agreement;
• If an extension of time is sought, the specific number of days sought and the basis for
the extension;
22
• The amount of additional compensation sought and a specific cost breakdown of the
amount claimed; and,
• Any other information or documents that are relevant to the claim.
28.4. Decision and Appeal. The decision of the City of Fayetteville shall be final and
conclusive.
28.5. Continued Performance. Pending final resolution of a dispute or claim, unless the
City of Fayetteville has terminated this Agreement pursuant to Section 18 or issued a
stop work order pursuant to Section 19, McClelland Consulting Engineers, Inc. shall
proceed diligently with the performance of this Agreement in accordance with the City of
Fayetteville's decisions.
28.6. The rights and remedies of the City of Fayetteville provided in this Section are in
addition to any other rights and remedies provided by law or under this Agreement, and
shall not constitute a waiver of any other such right or remedy. If the City of Fayetteville
decides the facts justify the action, the City of Fayetteville may, at its sole option and
discretion, receive and act upon a proposal, dispute, or claim submitted at any time
before final payment under this Agreement.
29. COVENANT AGAINST CONTINGENCY FEES
29.1. McClelland Consulting Engineers, Inc. warrants that no person or agency has been
employed or retained to solicit or obtain this Agreement upon an agreement or
understanding for a contingent fee, except a bona fide employee or agency. For breach
or violation of this warranty, the City of Fayetteville shall have the right to annul this
Agreement without liability or, in its discretion, to deduct from the Contract Price or
consideration, or otherwise recover, the full amount of the contingent fee.
29.2. Bona fide agency, as used in this Section, means an established commercial or
selling agency, maintained by McClelland Consulting Engineers, Inc. for the purpose of
securing business, that neither exerts nor proposes to exert improper influence to solicit
or obtain government contracts nor holds itself out as being able to obtain any
government contract or contracts through improper influence.
29.3. Bona fide employee, as used in this Section, means a person, employed by
McClelland Consulting Engineers, Inc. and subject to McClelland Consulting Engineers,
Inc.'s supervision and control as to time, place, and manner of performance, who neither
exerts nor proposes to exert improper influence to solicit or obtain government contracts
nor holds out as being able to obtain any government contract or contracts through
improper influence.
29.4. Contingent fee, as used in this Section, means any commission, percentage,
brokerage, or other fee that is contingent upon the success that a person or concern has
in securing a government contract.
29.5. Improper influence, as used in this Section, means any influence that induces or
tends to induce a government employee or officer to give consideration or to act
regarding a government contract on any basis other than the merits of the matter.
30. TITLE VI ASSURANCES (NONDISCRIMINATION)
23
During the performance of this Agreement, McClelland Consulting Engineers, Inc., for
itself, successors, and assigns, certifies and agrees as follows:
30.1. Compliance with Regulations. McClelland Consulting Engineers, Inc. shall comply with
the Regulations relative to Title VI (Nondiscrimination in Federally -assisted programs of
the Department of Transportation and its operating elements, especially Title 49, Code
of Federal Regulations, Part 21 and 23 Code of Federal Regulations, as amended, and
hereinafter referred to as the Regulations). These regulations are herein incorporated
by reference and made a part of this Agreement. Title VI provides that the recipients of
Federal financial assistance will maintain and implement a policy of nondiscrimination in
which no person shall, on the basis of race, color, national origin, sex, age, or disability,
be excluded from participation in, denied the benefits of, or subject to discrimination
under any program or activity by recipients of Federal financial assistance or their
assignees and successors in interest.
30.2. Nondiscrimination. McClelland Consulting Engineers, Inc., with regard to the work
performed by it during the term of this Agreement, shall not discriminate on the basis of
race, color, national origin, sex, age, or disability in the selection and retention of
subcontractors, including procurements of materials and leases of equipment.
McClelland Consulting Engineers, Inc. shall not participate either directly or indirectly in
the discrimination prohibited by Section 21.5 of the Regulations, including employment
practices when the agreement covers a program set forth in Appendix B of the USDOT
Regulations.
30.3. Solicitations for Subcontracts, Including Procurements of Material & Equipment. In all
solicitations, either by competitive bidding or negotiation, made by McClelland
Consulting Engineers, Inc. for work to be performed under a subcontract, including
procurements of materials or leases of equipment, each potential subcontractor or
supplier shall be notified by McClelland Consulting Engineers, Inc. of McClelland
Consulting Engineers, Inc.'s obligations under this Agreement and the Regulations
relative to nondiscrimination on the grounds of race, color, national origin, sex, age, or
disability.
30.4. Information and Reports. McClelland Consulting Engineers, Inc. shall provide all
information and reports required by the Regulations, or directives issued pursuant
thereto, and shall permit access to its books, records, accounts, other sources of
information, and its facilities by the City of Fayetteville, the AHTD, or the USDOT and its
Affiliated Modes to be pertinent to ascertain compliance with such regulations or
directives. Where any information required of McClelland Consulting Engineers, Inc. is
in the exclusive possession of another who fails or refuses to furnish this information,
McClelland Consulting Engineers, Inc. shall so certify to the City of Fayetteville, the
AHTD or the FHWA, as appropriate, and shall set forth what efforts it has made by
McClelland Consulting Engineers, Inc. to obtain the information.
30.5. Sanctions for Noncompliance. In the event of McClelland Consulting Engineers, Inc.'s
noncompliance with the nondiscrimination provisions of this Agreement, the City of
Fayetteville shall impose such contract sanctions as it, the AHTD, or the USDOT and its
Affiliated Modes may determine to be appropriate, including but not limited to,
withholding of payments to McClelland Consulting Engineers, Inc. under the Agreement
until McClelland Consulting Engineers, Inc. complies with the provisions and
cancellation, termination, or suspension of the Agreement, in whole or in part.
30.6. Incorporation of Provisions. McClelland Consulting Engineers, Inc. shall include the
terms and conditions of this section in every subcontract including procurements of
materials and leases of equipment, unless exempt by the Regulations, or directives
issued pursuant thereto. McClelland Consulting Engineers, Inc. shall take such action
24
with respect to any subcontract or procurement as the City bf Fayetteville, the AHTD, or
USDOT and its Affiliated Modes may direct as a means of enforcing these terms and
conditions, including sanctions for noncompliance; provided, however that, in the event
McClelland Consulting Engineers, Inc. becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of any direction, McClelland
Consulting Engineers, Inc. may request the City of Fayetteville to enter into the litigation
to protect the interests of the State and litigation to protect the interest of the United
States.
31. DBE CLAUSE
31.1. McClelland Consulting Engineers, Inc. or subcontractor shall not discriminate on the
basis of race, color, national origin, sex, age, religion, or disability in the performance of
this Agreement. McClelland Consulting Engineers, Inc. shall comply with the applicable
requirements of 49 C.F.R. Part 26 and perform any actions necessary to maintain
compliance in the award and administration of DOT -assisted contracts. Failure by
McClelland Consulting Engineers, Inc. to comply with or perform these requirements is a
material breach of this Agreement, which may result in the cancellation, termination, or
suspension of this Agreement in whole or in part, or such other remedy that the City of
Fayetteville may determine appropriate.
31.2. McClelland Consulting Engineers, Inc. shall insert a clause containing all the terms of
this Section in all subcontracts under this Agreement.
32. TITLE 11 OF THE AMERICANS WITH DISABILITIES ACT (NONDISCRIMINATION)
32.1 McClelland Consulting Engineers, Inc. will comply with the provisions of the
Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act, Title VI of
the Civil Rights Act of 1964, FHWA Federal Aid Project Guidance, and any other
Federal, State, and/or local laws, rules and/or regulations.
32.2 McClelland Consulting Engineers, Inc., during the term of this Agreement, shall not
discriminate on the basis of race, color, sex, national origin, age, religion or disability, in
admission or access to and treatment in programs and activities associated with this
Agreement, or in the selection and retention of subcontractors, including procurement of
material and leases of equipment. McClelland Consulting Engineers, Inc. shall not
participate either directly or indirectly in any discrimination prohibited by the Regulations,
including employment practices.
32.3 In accordance with Section 504 regulations 49 C.F.R. Part 27.15, the City of
Fayetteville's Notice of Nondiscrimination is required in any bulletins, announcements,
handbooks, pamphlets, brochures, and any other publications associated with this
Agreement that are made available to the public, program participants, applicants or
employees.
33. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT,
AND OTHER RESPONSIBILITY MATTERS
33.1. McClelland Consulting Engineers, Inc. certifies, to the best of its knowledge and
belief, that-
33.1.1. McClelland Consulting Engineers, Inc. and any of its Principals-
25
33.1.1.1. Are not presently debarred, suspended, proposed for debarment, or
declared ineligible for the award of contracts by any federal or state agency;
33.1.1.2. Have not, within a 3-year period preceding this offer, been convicted of
or had a civil judgment 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) contract or subcontract; violation
of federal or state antitrust statutes relating to the submission of offers; or
commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
33.1.1.3. Are not presently indicted for, or otherwise criminally or civilly charged by
a governmental entity with, commission of any of the offenses enumerated in
Subsection 33.1.1.2; and,
33.1.1.4. McClelland Consulting Engineers, Inc. has not within a 3-year period
preceding this offer, had one or more contracts terminated for default by any
federal or state agency.
33.2. Principals, for the purposes of this certification, means officers; directors; City of
Fayettevilles; partners; and, persons having primary management or supervisory
responsibilities within a business entity (e.g., general manager; plant manager; head of a
subsidiary, division, or business segment, and similar positions). This certification
concerns a matter within the jurisdiction of an agency of the United States and the
making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under Section 1001, Title 18, United States Code, as well as any other
applicable federal and state laws.
33.3. McClelland Consulting Engineers, Inc. shall provide immediate written notice to the
City of Fayetteville if, at any time prior to contract award, McClelland Consulting
Engineers, Inc. learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.
33.4. The certification in Subsection 33.1 is a material representation of fact upon which
reliance was placed when making award. If it is later determined that McClelland
Consulting Engineers, Inc. knowingly rendered an erroneous certification, the City of
Fayetteville may terminate the contract resulting from this solicitation for default in
addition to any other remedies available to the City of Fayetteville.
34. MISCELLANEOUS
34.1. General Compliance with Laws. McClelland Consulting Engineers, Inc. shall comply
with all Federal, State, and local laws, regulations, and ordinances applicable to the
work, including but not limited to, the Americans with Disabilities Act and Occupational
Safety and Health Act as amended.
34.2. Registered Professional Engineer's Endorsement. All plans, specifications,
estimates, and engineering data provided by McClelland Consulting Engineers, Inc. shall
be endorsed and recommended by an authorized representative of McClelland
Consulting Engineers, Inc., who shall be a registered Professional Engineer licensed in
the State of Arkansas.
34.3. Choice of Law. This Agreement shall be governed by the laws of the State of
Arkansas without consideration of its choice of law provisions.
26
34.4. Choice of Forum. McClelland Consulting Engineers, Inc. agrees that any cause of
action stemming from or related to this Agreement, including but not limited to disputes
or claims arising under this Agreement, for acts or omissions in the performance,
suspension, or termination of this Agreement, whether sounding in contract or tort,
equity or law, may only be brought in the appropriate forum within State of Arkansas.
34.5. No Waiver of Immunity. The City of Fayetteville expressly does not waive any
defense of immunity that it may possess under either federal or state law, and no
provision in this Agreement shall be construed to constitute such a waiver in whole or in
part.
34.6. Conflicts Between Laws, Regulations, and Provisions. In the event of conflicting
provisions of law, the interpretation shall be governed by the following in this order, from
most controlling to least: Federal law and regulations, State law and regulations,
Department and FHWA Design Standards, and this Agreement.
34.7. Severability. If any term or condition of this Agreement shall be held invalid, illegal,
or unenforceable by a court of competent jurisdiction, all remaining terms of this
Agreement shall remain valid and enforceable unless one or both of the parties would be
materially prejudiced.
34.8. No -Waiver. The failure of the City of Fayetteville to strictly enforce any term of this
Agreement shall not be construed as a waiver of the City of Fayetteville's right to require
McClelland Consulting Engineers, Inc.'s subsequent performance of the same or similar
obligation or duty.
34.9. Modification and Merger. This written Agreement and any provisions incorporated by
reference reflect the entire agreement of the parties and may be modified only by the
express written agreement of both parties.
35. CERTIFICATION OF AUTHORIZED REPRESENTATIVES
35.1. This Agreement and the certifications contained herein or attached hereto constitute
the whole Agreement of the parties, and each party certifies that this Agreement and any
attached certification have been executed by their duly authorized representatives.
27
36. NOTICE
36.1. All notices, approvals, requests, consents, or other communications required or
permitted under this Agreement shall be addressed to either the City of Fayetteville's
Representative or McClelland Consulting Engineers, Inc.'s Representative, and mailed
or hand -delivered to:
36.1.1. To the City of Fayetteville's Representative:
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
36.1.2. To McClelland Consulting Engineers, Inc.:
McClelland Consulting Engineers, Inc.
1810 North College Avenue
P.O. Box 1229
Fayetteville, AR 72703/72702-1229
IN WITNESS WHEREOF, the parties execute this Agreement, to be effective upon the
date set out above.
McClelland Consulting Engineers, Inc. City of Fayetteville, Arkansas
BY:
Name
Title
28
BY:
Name
Title
APPENDICES
APPENDIX A JUSTIFICATION OF FEES AND COSTS
APPENDIX B SUBCONTRACTS — Horner & Shifrin, Inc.
APPENDIX C STANDARD CERTIFICATIONS
APPENDIX D GENERAL AND DETAILED SCOPE OF WORK FOR
CONTROL SURVEYS, DESIGN SURVEYS, AND LAND
SURVEYS —
29
APPENDIX C State Job No. 040618
C-1 Federal Aid Project No. BRN-9142(29)
CERTIFICATION OF MCCLELLAND CONSULTING ENGINEERS INC.
I hereby certify that I, Daniel Barnes, am the President, Fayetteville, Office and duly authorized
representative of the firm of McClelland Consulting Engineers, Inc. whose headquarters address is 900 West
Markham, Little Rock, AR 72201 and that neither I nor the above firm I here represent has:
(a) employed or retained for a commission, brokerage, contingent fee, or other considerations, any
firm or person (other than a bona fide employee working solely for me) to solicit or secure this contract,
(b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out the contract, or
(c) paid or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me) any fee contribution, donation or consideration of any kind for, or in connection
with, procuring or carrying out the contract;
(d) included any costs which are not expressly allowable under the cost principles of the FAR of 48
CFR 31, whether direct or indirect. All known material transactions or events that have occurred
affecting the firm's ownership, organization and indirect cost rates have been disclosed.
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Arkansas State Highway and
Transportation Department and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this contract involving participation of Federal Aid Highway Funds, and is subject to
applicable State and Federal laws, both criminal and civil.
Furthermore, as a recipient of Federal Aid Highway Funds, I certify and hereby agree to the
conditions of Title VI Assurances as outlined in Section 31 of this Agreement and shall insert the Notice of
Nondiscrimination Statement as shown below in all solicitation of work or procurement of materials or
equipment.
NOTICE OF NONDISCRIMINATION STATEMENT
The Firm of McClelland Consulting Engineers, Inc. ("Consultant'), complies with all civil rights provisions of
federal statutes and related authorities that prohibited discrimination in programs and activities receiving
federal financial assistance. Therefore, McClelland Consulting Engineers, Inc. does not discriminate on the
basis of race, sex, color, age, national origin, or disability, in the admission, access to and treatment in
McClelland Consulting Engineers, Inc.'s programs and activities, as well as McClelland Consulting Engineers,
Inc.'s hiring or employment practices. Complaints of alleged discrimination and inquiries regarding
McClelland Consulting Engineers, Inc.'s nondiscrimination policies may be directed to Andrea
McGhee(ADA/504/Title VI Coordinator), P.O. Box 34087 Little Rock, AR 72203, 501-376-4522. (Voice/TTY
711), or, the following email address: amcghee@mcclelland-engrs.com.
This notice is available from the ADA/504/Title VI Coordinator in large print, on audiotape and in Braille.
Authorized Firm Representative
30
Date
APPENDIX C State Job No. 040618
C-3 Federal Aid Project No. BRN-9142(29)
CERTIFICATION OF CITY OF FAYETTEVILLE, ARKANSAS
I hereby certify that I am the Mayor of the City of Fayetteville, Arkansas and that the
aforementioned consulting firm or its representative has not been required, directly or indirectly as
an express or implied condition in connection with obtaining or carrying out this contract to:
(a) employ or retain, or agree to employ or retain, any firm or person, or
(b) pay, or agree to pay, to any firm, person, or organization, any fee contributions
donation, or consideration of any kind:
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Arkansas Highway and
Transportation Department and the Federal Highway Administration, U.S. Department of
Transportation, in connection with this contract involving participation of Federal -Aid Highway
Funds, and is subject to applicable State and Federal laws, both criminal and civil.
Mayor, City of Fayetteville, Arkansas
31
Date
SUBCONSULTANT AGREEMENT
JOB NO. 040618
Maple St. & Lafayette St. Bridge Bestoration _ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ - - Deleted: Rehab
FEDERAL AID PROJECT ("FAP") NO. BRN-9142(29)
1. SUBCONSULTANT AGREEMENT
1.1. The services to be performed under this Subconsultant Agreement will be performed
in connection with the Agreement for Engineering Services ("Prime Agreement")
between McClelland Consulting Engineers, Inc. and the City of Fayetteville, Arkansas
("Owner") for Job No. 040618, dated McClelland Consulting
Engineers, Inc. ("Consultant") and Horner & Shifrin, Inc. ("Subconsultant") hereby agree
that Horner & Shifrin, Inc. shall perform the professional and related services as
described herein. In consideration for the performance of the professional services
McClelland Consulting Engineers, Inc. agrees to compensate (and reimburse, if
applicable) Horner & Shifrin, Inc. in the manner and at the rate(s) provided herein.
1.2. The definitions of the Prime Agreement, and its provisions relating to the obligations,
duties, and rights of subcontractors, or which are otherwise required to be inserted into
any subcontracting agreements, are deemed to be part of, and are hereby incorporated
by reference into, this Subconsultant Agreement and made binding upon Horner &
Shifrin, Inc.
2. DESCRIPTION OF PROJECT AND SERVICES TO BE PROVIDED
Title 1 Services:
2.1 Design
• Prepare project design criteria and submit to AHTD for review before preliminary
design workto obtain design exemptions where necessary to retain the original
_ - Deleted:.
elements and design. Design exemptions will be based on coordination with the
State Historic Preservation Office (SHPO). AHTD Standard Specifications for
Highway Construction will be used.
• Complete site visit for visual verification of previous bridge inspection.
• Comply with any requirements to maintain historical integrity of the structures.
• Develop an engineering design for the bridgejestoration, Submit design plans for_
- Deleted: rehabilitation
review by the City of Fayetteville and AHTD at the 30%, 60%, and 90% stages.
Submit an updated cost estimate with each design review. .
o Maple Street Bridge Design Scope
■ Replace overlay
■ Replace deck drains
■ Repair superstructure and substructure concrete
■ Replace sidewalk
■ Replace only damaged_sections_of bridge rail using original plans_
_ _ -
Deleted: <#>, provide 24' roadway
to replicate rp iginal sections. _ _ _ _ _ _ _ _
l
with 6 n sidewalks on each side¶
■ If testing indicates and the City of Fayetteville authorizes, provide
Deleted: new
plans for replacement of the slab, including an analysis of
Deleted: (do not match concrete
construction loads
color)
■ Replace light fixtures at rail end posts using original plans to
replicate ri final fixtures _ _ _ _ _ _
. - - Deleted: new
■ Complete load rating analysis for new slab (if applicable and
authorized by the City of Fayetteville) and additional load of
sidewalk/railing/overlay
Lafayette Street Bridge Design Scope
■ Replace overlay
■ Replace expansion joints
■ Replace abutment bearings
■ Repair superstructure and substructure concrete
■ Replace sidewalk
■ Replace only damaged sections of bridge rail using original plans
to replicate ri inal sections, _ _ - Deleted: new
■ Replace light fixtures at rail end posts using original plans to Deleted: (do not match concrete
replicate rp ipinal fixtures If testing indicates, provide plans for . color)
replacement of the superstructure, including an analysis of Deleted: new
construction loads
■ Complete load rating analysis for new slab (if applicable and the
City of Fayetteville Authorizes) and additional load of
sidewalk/railing/overlay
■ Replace or repair leaning wall at SW corner of approach using
original plans to replicate existing wall — design completed by
Horner and Shifrin, Inc. and construction drawings to be
completed by McClelland Consulting Engineers, Inc.
■ If testing indicates and the City of Fayetteville authorizes, provide
plans for replacement of the slab, including an analysis of
construction loads.
Title 2 Services:
2.2 Engineering Management Services
• Review of shop drawings and submittals, as requested.
• Provide design related solutions to construction problems and issues that may arise
during construction.
3. COSTS, FEES, PAYMENTS AND RATE SCHEDULES
3.1 Schedule of Salary Ranges
Labor Classification
Labor Rate Ranae
Professional 1
$70.00 — 77.00
Professional II
$62.02 — 68.22
Professional III
$46.85 — 57.71
Professional IV
$38.91 — 49.18
Professional V
$33.48 — 37.71
Professional VI
$27.45 — 35.26
Professional VII
$21.92 — 28.96
Technician 1
$33.65 — 37.02
Technician II
$26.83 — 33.21
Technician III
$21.13 — 23.24
Technician IV
$15.43 —16.97
Word Processor II
$19.64 — 21.60
Clerical II
$29.13 — 32.04
4. COMPENSATION SUBJECT TO LIMITATIONS OF FEDERAL AND STATE LAW
4.1. The Project (as defined in the Prime Agreement), part of which is to be performed
under this Subconsultant Agreement, is a federally -assisted project and federal funds
will be used, in part, to pay McClelland Consulting Engineers, Inc. and Subconsultant.
Therefore, notwithstanding any provision of this Subconsultant Agreement or the Prime
Agreement, all payments, costs, and expenditures are subject to the requirements and
limitations of 48 C.F.R. Part 31, including those relating to determination of indirect cost
rates, if applicable. Horner & Shifrin, Inc. shall certify the accuracy of all invoices,
requests for payment, and cost rates (if applicable), along with supporting
documentation and any supporting information or records provided prior to, during, or
after the term of this Subconsultant Agreement.
S. COMMISSION AHTD AND FHWA AS THIRD PARTY BENEFICIARIES
5.1. This Subconsultant Agreement is between and binding upon only McClelland
Consulting Engineers, Inc. and Horner & Shifrin, Inc.. The Commission, AHTD, and
FHWA are not parties to this Subconsultant Agreement, but are expressly made third -
party beneficiaries of this Subconsultant Agreement and shall be entitled to enforce any
obligation of Horner & Shifrin, Inc. owed to McClelland Consulting Engineers, Inc.. No
provision of this Subconsultant Agreement or the Prime Agreement, nor the exercise of
any right thereunder, shall be construed as creating any obligation or any liability on the
part of, or operating as a waiver of any immunity of, the Commission, the AHTD, the
FHWA, or any of their employees, officers, or agents.
5.2. Horner & Shifrin, Inc.'s sole recourse, if any, for any injury arising under or related to
this Subconsultant Agreement, the performance of services hereunder, or compensation
or claims hereunder, shall be against McClelland Consulting Engineers, Inc..
5.3. The Disputes and Claims provisions of the Prime Agreement shall not apply to this
Subconsultant Agreement.
6. COVENANT AGAINST CONTINGENCY FEES
6.1. Horner & Shifrin, Inc. warrants that no person or agency has been employed or
retained to solicit or obtain this Subconsultant Agreement upon an agreement or
understanding for a contingent fee, except a bona fide employee or agency. For breach
or violation of this warranty, the AHTD and McClelland Consulting Engineers, Inc. shall
have the right to annul this Subconsultant Agreement without liability or, in its discretion,
to deduct from the Contract Price or consideration, or otherwise recover, the full amount
of the contingent fee.
6.2. Bona fide agency, as used in this section, means an established commercial or
selling agency, maintained by Horner & Shifrin, Inc. for the purpose of securing
business, that neither exerts nor proposes to exert improper influence to solicit or obtain
government contracts nor holds itself out as being able to obtain any government
contract or contracts through improper influence.
6.3. Bona fide employee, as used in this section, means a person, employed by Horner &
Shifrin, Inc. and subject to Horner & Shifrin, Inc.'s supervision and control as to time,
place, and manner of performance, who neither exerts nor proposes to exert improper
influence to solicit or obtain government contracts nor holds out as being able to obtain
any government contract or contracts through improper influence.
6.4. Contingent fee, as used in this section, means any commission, percentage,
brokerage, or other fee that is contingent upon the success that a person or concern has
in securing a government contract.
6.5. Improper influence, as used in this section, means any influence that induces or
tends to induce a government employee or officer to give consideration or to act
regarding a government contract on any basis other than the merits of the matter.
7. TITLE VI ASSURANCES (NONDISCRIMINATION)
During the performance of this Subconsultant Agreement, the Horner & Shifrin, Inc., for
itself, successors, and assigns, certifies and agrees as follows:
7.1. Compliance with Regulations. Horner & Shifrin, Inc. shall comply with the Regulations
relative to Title VI (Nondiscrimination in Federally -assisted programs of the Department
of Transportation and its operating elements, especially Title 49, Code of Federal
Regulations, Part 21 and 23 Code of Federal Regulations, as amended, and hereinafter
referred to as the Regulations). These regulations are herein incorporated by reference
and made a part of this Subconsultant Agreement. Title VI provides that the recipients
of Federal financial assistance will maintain and implement a policy of nondiscrimination
in which no person shall, on the basis of race, color, national origin, sex, age, or
disability, be excluded from participation in, denied the benefits of, or subject to
discrimination under any program or activity by recipients of Federal financial assistance
or their assignees and successors in interest.
7.2. Nondiscrimination. Horner & Shifrin, Inc., with regard to the work performed by it
during the term of this Subconsultant Agreement, shall not discriminate on the basis of
race, color, national origin, sex, age, or disability in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. Horner &
Shifrin, Inc. shall not participate either directly or indirectly in any discrimination
prohibited by Section 21.5 of the Regulations, including employment practices when the
agreement covers a program set forth in Appendix B of the USDOT Regulations.
7.3. Solicitations for Subcontracts, Including Procurements of Material & Equipment. In
all solicitations, either by competitive bidding or negotiation, made by Horner & Shifrin,
Inc. for work to be performed under a subcontract, including procurement of materials or
leases of equipment, each potential subcontractor or supplier shall be notified by Horner
& Shifrin, Inc. of Horner & Shifrin, Inc.'s obligations under this Subconsultant Agreement
and the Regulations relative to nondiscrimination on the grounds of race, color, national
origin, sex, age, or disability.
7.4. Information and Reports. Horner & Shifrin, Inc. shall provide all information and
reports required by the Regulations, or directives issued pursuant thereto, and shall
permit access to its books, records, accounts, other sources of information, and its
facilities as may be determined by the City of Fayetteville, the AHTD or the USDOT and
its Affiliated Modes to be pertinent to ascertain compliance with such regulations and
directives. Where any information required of McClelland Consulting Engineers, Inc. is
in the exclusive possession of another who fails or refuses to furnish this information,
Horner & Shifrin, Inc. shall so certify to the City of Fayetteville, the AHTD, or the USDOT
and its Affiliated Modes, as appropriate, and shall set forth what efforts it has made by
Horner & Shifrin, Inc. to obtain the information.
7.6. Sanctions for Noncompliance. In the event of Horner & Shifrin, Inc.'s noncompliance
with the nondiscrimination provisions of this Subconsultant Agreement, the City of
Fayetteville shall impose such contract sanctions as it, the AHTD, or the USDOT and its
4
Affiliated Modes may determine to be appropriate, including but not limited to,
withholding of payments to McClelland Consulting Engineers, Inc. or Horner & Shifrin,
Inc. under the Agreement until Horner & Shifrin, Inc. complies with the provisions and/or
cancellation, termination, or suspension of Horner & Shifrin, Inc. Agreement, in whole or
in part. Incorporation of Provisions. Horner & Shifrin, Inc. shall include the terms and
conditions of this section in every subcontract including procurements of materials and
leases of equipment, unless exempt by the Regulations, or directives issued pursuant
thereto. Horner & Shifrin, Inc. shall take such action with respect to any subcontract or
procurement as the City of Fayetteville, the AHTD, or USDOT and its Affiliated Modes
may direct as a means of enforcing such provisions, including sanctions for
noncompliance; provided, however that, in the event Horner & Shifrin, Inc. becomes
involved in, or is threatened with, litigation with a subcontractor or vendor as a result of
any direction, Horner & Shifrin, Inc. may request the City of Fayetteville, or the AHTD, to
enter into the litigation to protect the interests of the State and litigation to protect the
interest of the United States.
8. DBE CLAUSE
8.1. Horner & Shifrin, Inc. shall not discriminate on the basis of race, color, national origin,
sex, age, religion, or disability in the performance of this Subconsultant Agreement.
Horner & Shifrin, Inc. shall comply with the applicable requirements of 49 C.F.R. Part 26
and perform any actions necessary to maintain compliance in the award and
administration of DOT -assisted contracts. Failure by Horner & Shifrin, Inc. to comply with
or perform these requirements is a material breach of this Subconsultant Agreement,
which may result in the cancellation, termination, or suspension of this Subconsultant
Agreement in whole or in part, or such other remedy that the AHTD may determine
appropriate.
8.2.Prompt Payment. Horner & Shifrin, Inc. shall pay its subcontractors, if any, for
satisfactory performance of their subcontracts within 30 days of receipt of each payment
by the AHTD to Horner & Shifrin, Inc.. Any retainage payments held by Horner & Shifrin,
Inc. must be returned to the subcontractor within 30 days after the subcontractor's work is
completed. Failure to comply with this provision shall be considered a Default by Horner
& Shifrin, Inc.. If Horner & Shifrin, Inc. fails to comply with this provision, in addition to
any other rights or remedies provided under this Subconsultant Agreement, the AHTD, at
its sole option and discretion, may:
• make payments directly to the subcontractor and offset such payments, along with
any administrative costs incurred by the AHTD, against reimbursements or payments
otherwise due Horner & Shifrin, Inc.;
• notify any sureties; and/or,
• withhold any or all reimbursements or payments otherwise due to Horner & Shifrin,
Inc. until Horner & Shifrin, Inc. ensures that the subcontractors have been and will be
promptly paid for work performed.
8.3. Horner & Shifrin, Inc. shall insert a clause containing all the terms of this section in all
subcontracts under this Subconsultant Agreement.
9. TITLE II OF THE AMERICANS WITH DISABILITIES ACT (NONDISCRIMINATION)
9.1 Horner & Shifrin, Inc. will comply with the provisions of the Americans with Disabilities
Act (ADA), Section 504 of the Rehabilitation Act, Title VI of the Civil Rights Act of 1964,
FHWA Federal Aid Project Guidance, and any other Federal, State, and/or local laws,
rules and/or regulations.
9.2 Horner & Shifrin, Inc., during the term of this Agreement, shall not discriminate on the
basis of race, color, sex, national origin, age, religion or disability, in admission or
access to and treatment in programs and activities associated with this Agreement, or in
the selection and retention of subcontractors, including procurement of material and
leases of equipment. McClelland Consulting Engineers, Inc. shall not participate either
directly or indirectly in any discrimination prohibited by the Regulations, including
employment practices.
9.3 In accordance with Section 504 regulations 49 C.F.R. Part 27.15, the City of
Fayetteville's Notice of Nondiscrimination is required in any bulletins, announcements,
handbooks, pamphlets, brochures, and any other publications associated with this
Agreement that are made available to the public, program participants, applicants or
employees.
10. CERTIFICATION REGARDING DEBARMENT SUSPENSION PROPOSED DEBARMENT
AND OTHER RESPONSIBILITY MATTERS
10.1. Horner & Shifrin, Inc. certifies, to the best of its knowledge and belief, that-
10.1.1. Horner & Shifrin, Inc. and any of its Principals
10.1.1.1. Are not presently debarred, suspended, proposed for debarment, or
declared ineligible for the award of contracts by any federal or state agency;
10.1.1.2. Have not, within a 3-year period preceding this offer, been convicted of
or had a civil judgment 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) contract or subcontract; violation
of federal or state antitrust statutes relating to the submission of offers; or
commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
10.1.1.3. Are not presently indicted for, or otherwise criminally or civilly charged by
a governmental entity with, commission of any of the offenses enumerated in
subsection 10.1.1.2; and,
10.1.1.4. Horner & Shifrin, Inc. has not within a 3-year period preceding this offer,
had one or more contracts terminated for default by any federal or state
agency.
10.2. Principals, for the purposes of this certification, means officers; directors; City of
Fayettevilles; partners; and, persons having primary management or supervisory
responsibilities within a business entity (e.g., general manager; plant manager; head of a
subsidiary, division, or business segment, and similar positions). This certification
concerns a matter within the jurisdiction of an agency of the United States and the
making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under section 1001, title 18, United States Code, as well as any other
applicable federal and state laws.
10.3. Horner & Shifrin, Inc. shall provide immediate written notice to the AHTD if, at any
time prior to contract award, Horner & Shifrin, Inc. learns that its certification was
erroneous when submitted or has become erroneous by reason of changed
circumstances.
10.4. The certification in subsection 10.1 is a material representation of fact upon which
reliance was placed when making award. If it is later determined that Horner & Shifrin,
Inc. knowingly rendered an erroneous certification, the AHTD may terminate the contract
resulting from this solicitation for default in addition to any other remedies available to
the AHTD.
11. NOTICE
11.1. All notices, approvals, requests, consents, or other communications required or
permitted under this Agreement shall be mailed or hand -delivered to:
11.1.1. To Horner & Shifrin, Inc.:
Horner & Shifrin, Inc.
5200 Oakland Avenue
St. Louis, MO 63110-1490
11.1.2. To McClelland Consulting Engineers, Inc.:
McClelland Consulting Engineers, Inc.
1810 North College Avenue
P.O. Box 1229
Fayetteville, AR 72703/72702-1229
IN WITNESS WHEREOF, the parties execute this Subconsultant Agreement, to be
effective
McClelland Consulting Engineers, Inc. Horner & Shifrin, Inc.
BY:
Name
Title
7
BY:
Name
Title
APPENDIX C
C-1
hereby certify that I, _
representative of the firm of
above firm I here represent has:
State Job No. 040618
Federal Aid Project No. BRN-9142(29)
CERTIFICATION OF CONSULTANT
am the
whose
and duly authorized
headquarters address is
. and that neither I nor the
(a) employed or retained for a commission, brokerage, contingent fee, or other considerations, any firm or
person (other than a bona fide employee working solely for me) to solicit or secure this contract,
(b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out the contract, or
(c) paid or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely
for me) any fee contribution, donation or consideration of any kind for, or in connection with, procuring or
carrying out the contract;
(d) included any costs which are not expressly allowable under the cost principles of the FAR of 48 CFR 31,
whether direct or indirect. All known material transactions or events that have occurred affecting the firm's
ownership, organization and indirect cost rates have been disclosed.
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Arkansas State Highway and Transportation
Department and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract
involving participation of Federal Aid Highway Funds, and is subject to applicable State and Federal laws, both criminal
and civil.
Furthermore, as a recipient of Federal Aid Highway Funds, I certify and hereby agree to the conditions of Title VI
Assurances as outlined in Section 31 of this Agreement and shall insert the Notice of Nondiscrimination Statement as
shown below in all solicitation of work or procurement of materials or equipment.
NOTICE OF NONDISCRIMINATION STATEMENT
[Provided by Consultant/Subconsultant. A sample is shown below.]
The ("Consultant"), complies with all
civil rights provisions of federal statutes and related authorities that prohibited discrimination in programs and
activities receiving federal financial assistance. Therefore, the Consultant does not discriminate on the basis
of race, sex, color, age, national origin, or disability, in the admission, access to and treatment in Consultant's
programs and activities, as well as the Consultant's hiring or employment practices. Complaints of alleged
discrimination and inquiries regarding the Consultant's nondiscrimination policies may be directed to
_[Insert Contact's namel (ADA/504lfitle VI Coordinator), _[Insert Contact's address and telephone
numberl , (Voice/TTY 711), or, the following email address:
This notice is available from the ADA/504/Title VI Coordinator in large print, on audiotape and in Braille.
Authorized Firm Representative
Date
APPENDIX B
SUBCONSULTANT AGREEMENT
JOB NO. 040618
Maple St. & Lafayette St. Bridge Restoration
FEDERAL AID PROJECT ("FAP") NO. BRN-9142(29)
1. SUBCONSULTANT AGREEMENT
1.1. The services to be performed under this Subconsultant Agreement will be performed
in connection with the Agreement for Engineering Services ("Prime Agreement")
between McClelland Consulting Engineers, Inc. and the City of Fayetteville, Arkansas
("Owner") for Job No. 040618, dated . McClelland Consulting
Engineers, Inc. ("Consultant") and Horner & Shifrin, Inc. ("Subconsultant') hereby agree
that Horner & Shifrin, Inc. shall perform the professional and related services as
described herein. In consideration for the performance of the professional services
McClelland Consulting Engineers, Inc. agrees to compensate (and reimburse, if
applicable) Horner & Shifrin, Inc. in the manner and at the rate(s) provided herein.
1.2. The definitions of the Prime Agreement, and its provisions relating to the obligations,
duties, and rights of subcontractors, or which are otherwise required to be inserted into
any subcontracting agreements, are deemed to be part of, and are hereby incorporated
by reference into, this Subconsultant Agreement and made binding upon Horner &
Shifrin, Inc.
2. DESCRIPTION OF PROJECT AND SERVICES TO BE PROVIDED
Title 1 Services:
2.1 Design
• Prepare project design criteria and submit to AHTD for review before preliminary
design work to obtain design exemptions where necessary to retain the original
elements and design. Design exemptions will be based on coordination with the
State Historic Preservation Office (SHPO). AHTD Standard Specifications for
Highway Construction will be used.
• Complete site visit for visual verification of previous bridge inspection.
• Comply with any requirements to maintain historical integrity of the structures.
• Develop an engineering design for the bridge restoration, Submit design plans for
review by the City of Fayetteville and AHTD at the 30%, 60%, and 90% stages.
Submit an updated cost estimate with each design review.
o Maple Street Bridge Design Scope
■ Replace overlay
■ Replace deck drains
■ Repair superstructure and substructure concrete
■ Replace sidewalk
■ Replace only damaged sections of bridge rail using original plans
to replicate original sections,goncrete color should not_ match - _ _ -f Deleted: (do not match concrete
per SHPO (color)
■ If testing indicates and the City of Fayetteville authorizes, provide
plans for replacement of the slab, including an analysis of
construction loads
■ Replace light fixtures at rail end posts using original plans to
replicate original fixtures
■ Complete load rating analysis for new slab (if applicable and
authorized by the City of Fayetteville) and additional load of
sidewalk/railing/overlay
Lafayette Street Bridge Design Scope
■ Replace overlay
• Replace expansion joints
■ Replace abutment bearings
• Repair superstructure and substructure concrete
• Replace sidewalk
• Replace only damaged sections of bridge rail using original plans
to replicate original sections Concrete color should not match —
per SHP______________________________________ Deleted:(donotmatchconcrete
■ Replace light fixtures at rail end posts using original plans to color)
replicate original fixtures If testing indicates, provide plans for
replacement of the superstructure, including an analysis of
construction loads
• Complete load rating analysis for new slab (if applicable and the
City of Fayetteville Authorizes) and additional load of
sidewalk/railing/overlay
■ Replace or repair leaning wall at SW corner of approach using
original plans to replicate existing wall — design completed by
Horner and Shifrin, Inc. and construction drawings to be
completed by McClelland Consulting Engineers, Inc.
■ If testing indicates and the City of Fayetteville authorizes, provide
plans for replacement of the slab, including an analysis of
construction loads.
Title 2 Services:
2.2 Engineering Management Services
• Review of shop drawings and submittals, as requested.
• Provide design related solutions to construction problems and issues that may arise
during construction.
3. COSTS FEES PAYMENTS AND RATE SCHEDULES
3.1 Schedule of Salary Ranges
Labor Classification
Labor Rate Range
Professional 1
$70.00 — 77.00
Professional II
$62.02 — 68.22
Professional III
$46.85 — 57.71
Professional IV
$38.91 — 49.18
Professional V
$33.48 — 37.71
Professional VI
$27.45 — 35.26
Professional VII
$21.92 — 28.96
Technician 1
$33.65 — 37.02
Technician II
$26.83 — 33.21
Technician III
$21.13 — 23.24
Technician IV
$15.43 — 16.97
Word Processor II
$19.64 — 21.60
Clerical 11
$29.13 — 32.04
4. COMPENSATION SUBJECT TO LIMITATIONS OF FEDERAL AND STATE LAW
AGREEMENT
FOR
ENGINEERING SERVICES
(LOCAL VERSION — COST PLUS FEE)
JOB NO. 040618
FEDERAL AID PROJECT ("FAP") NO. BRN-9142(29)
Maple St. & Lafayette St. Bridge Restoration
(Fayetteville)(S)
Washington County
PREAMBLETHIS AGREEMENT, entered into this � day of ► u(/(,�Y� , 2013, by and
between The City of Fayetteville, Arkansas("Owner"),and McClelland Consulting Engineers, Inc.
("Consultant"), a corporation existing under the laws of the State of Arkansas, with principal
offices at 1810 North College Avenue, Fayetteville, Arkansas 72703 and 900 West Markham,
Little Rock, Arkansas 72203.
WITNESSETH:
WHEREAS, the City of Fayetteville is planning to restore the historic Maple Street Bridge
(Bridge Number 01940) and Lafayette Street Bridge (Bridge Number 01941), including related
approach work in Fayetteville, Arkansas, and requires the professional services from McClelland
Consulting Engineers, Inc. to perform a geotechnical evaluation, topographic survey, design,
construction administration, and construction observation, and,
WHEREAS, the City of Fayetteville's forces are fully employed on other urgent work that
prevents their early assignment to the aforementioned work; and,
WHEREAS, McClelland Consulting Engineers, Inc.'s staff is adequate and well qualified,
and it has been determined that its current workload will permit completion of the project on
schedule.
NOW THEREFORE, it is considered to be in the best public interest for the City of
Fayetteville to obtain the assistance of McClelland Consulting Engineers, Inc.'s organization in
connection with engineering services. In consideration of the faithful performance of each party
of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows:
1. PRELIMINARY MATTERS
1.1. "McClelland Consulting Engineers, Inc.'s Representative" shall be Daniel Barnes,
P.E., until written notice is provided to the City of Fayetteville designating a new
representative.
1.2. "Contract Ceiling Price." The Contract Ceiling Price for this Agreement is
$279,045.55
1.3. . The Contract Ceiling Price is the maximum aggregate amount of all payments that
the City of Fayetteville may become obligated to make under this Agreement. In no
event, unless modified in writing, shall total payments by the City of Fayetteville under
this Agreement exceed the Contract Ceiling Price. McClelland Consulting Engineers,
Inc. shall not be entitled to receive adjustment, reimbursement, or payment, nor shall the
City of Fayetteville, its officers, agents, employees, or representatives, incur any liability
for, any fee or cost, exceeding the Contract Ceiling Price. McClelland Consulting
Engineers, Inc. additionally agrees that half cell potential tests, bridge deck replacement
design, and analysis of existing structures for bridge deck replacement will not be
performed unless authorized by the City of Fayetteville.
1.4. "Contract Price" is aggregate amount of allowable costs and fees to be paid by the
City of Fayetteville under this Agreement.
1.5. "Default" means the failure of McClelland Consulting Engineers, Inc. to perform any
of the provisions of this Agreement. Default includes, but is not limited to, failure to
complete phases of the work according to schedule or failure to make progress in the
work so as to endanger timely performance of this Agreement, failure to pay
subcontractors in a timely manner, failure to comply with federal and state laws, and
failure to comply with certifications made in or pursuant to this Agreement.
1.6. "Department" or "AHTD" means the Arkansas State Highway and Transportation
Department.
1.7. "DOT" means the United States Department of Transportation.
1.8. "FAR" means the Federal Acquisition Regulations, codified in 48 C.F.R.
1.9. "Fee" whether fixed or otherwise is a dollar amount that includes McClelland
Consulting Engineers, Inc.'s profit on the job.
1.10. "FHWA" means the Federal Highway Administration.
1.11. "Indirect Cost Rate." The Indirect Cost Rate is defined in the provisions of 48 C.F.R.
Part 31, and is also subject to any limitations contained herein. The Indirect Cost Rate
for McClelland Consulting Engineers, Inc. under this Agreement shall be 184.34 percent.
If applicable, the Indirect Cost Rate for each subcontractor shall be listed in Appendix B.
1.12. "Title I Services" are those services provided by McClelland Consulting Engineers,
Inc. before the award of the contract for the construction of the Project, consisting
primarily of engineering services for the planning or design of the Project.
1.13. "Title I Services Ceiling Price." The Title I Services Ceiling Price for this Agreement is
$250,044.26. The Title I Services Ceiling price is the maximum aggregate amount of all
payments that the City of Fayetteville may become obligated to make under this
Agreement for fees and costs related to Title I Services. In no event, unless modified in
writing, shall total payments by the City of Fayetteville related to Title I Services exceed
the Title I Services Ceiling Price. McClelland Consulting Engineers, Inc. shall not be
entitled to receive adjustment, reimbursement, or payment for, nor shall the City of
Fayetteville, its officers, agents, employees, or representatives, incur any liability for, any
fee or cost related to, Title I Services exceeding the Title I Services Ceiling Price.
14. "Title II Multiplier" (if applicable) is the mark-up by which the fee and indirect costs
associated with Title II services are calculated. The Title II Multiplier, which accounts for
the fee and indirect costs, is multiplied by the salary rate, as shown on the Schedule of
Salary Ranges, of the particular individual(s) performing the Title II services. The Title II
Multiplier for the term of this Agreement is 3.18.
15. "Title II Services" are those services provided by McClelland Consulting Engineers,
Inc. after the award of the contract for the construction of the Project, consisting primarily
of engineering services during the construction of the Project.
16. "Title II Services Ceiling Price". The Title II Services Ceiling Price for this Agreement
is $29,001.29. The Title II Services Ceiling price is the maximum aggregate amount of
2
all payments that the City of Fayetteville may become obligated to make under this
Agreement for fees and costs related to Title II Services. In no event, unless modified in
writing, shall total payments by the City of Fayetteville related to Title II Services exceed
the Title II Services Ceiling Price. McClelland Consulting Engineers, Inc. shall not be
entitled to receive adjustment, reimbursement, or payment for, nor shall the City of
Fayetteville, its officers, agents, employees, or representatives, incur any liability for, any
fee or cost related to, Title II Services exceeding the Title II Services Ceiling Price.
2. TYPE OF AGREEMENT
2.1. This Agreement is a cost -plus -fixed -fee contract. McClelland Consulting Engineers,
Inc. is being hired to perform professional engineering services in connection with the
Project as set forth herein. In consideration for Title I services performed, the City of
Fayetteville will reimburse McClelland Consulting Engineers, Inc. for allowable direct and
indirect costs, as defined herein, and pay McClelland Consulting Engineers, Inc. a fixed
fee. If Title II services are to be performed, the City of Fayetteville will reimburse
McClelland Consulting Engineers, Inc. for allowable direct costs and also pay
McClelland Consulting Engineers, Inc. an amount determined by multiplying the salary
rate of the individual(s) performing the Title II services, as shown on the Schedule of
Salary Ranges, by the Title II Multiplier.
2.2. The Project to be performed under this Agreement is a federally -assisted project and
federal funds will be used, in part, to pay McClelland Consulting Engineers, Inc..
Therefore, notwithstanding any provision of this Agreement, all payments, costs, and
expenditures are subject to the requirements and limitations of 48 C.F.R. Part 31, and
McClelland Consulting Engineers, Inc. shall certify the accuracy of all invoices and
requests for payment, along with supporting documentation and any information
provided in determining the Indirect Cost Rates.
3. COSTS, FEES, AND PAYMENT
3.1. Allowable costs.
3.1.1. Allowable costs are subject to the limitations, regulations, and cost principles and
procedures in 48 C.F.R. Part 31, which are expressly incorporated into this
Agreement by reference. For the purpose of reimbursing allowable costs (except
as provided in subparagraph 2 below, with respect to pension, deferred profit
sharing, and employee stock ownership plan contributions), the term costs includes
only-
3.1.1.1. Those recorded costs that, at the time of the request for reimbursement,
McClelland Consulting Engineers, Inc. has paid by cash, check, or other form
of actual payment for items or services purchased directly for the Agreement;
3.1.1.2. When McClelland Consulting Engineers, Inc. is not delinquent in paying
costs of contract performance in the ordinary course of business, costs
incurred, but not necessarily paid, for —
Materials issued from McClelland Consulting Engineers, Inc.'s inventory
and placed in the production process for use in its performance under this
Agreement;
• Direct labor;
M
• Direct travel;
• Other direct in-house costs; and
• Properly allocable and allowable indirect costs, as shown in the records
maintained by McClelland Consulting Engineers, Inc. for purposes of
obtaining reimbursement under government contracts; and
• The amount of progress payments that have been paid to McClelland
Consulting Engineers, Inc.'s subcontractors under similar cost standards.
3.1.2. McClelland Consulting Engineers, Inc.'s contributions to any pension or other
post -retirement benefit, profit-sharing or employee stock ownership plan funds that
are paid quarterly or more often may be included in indirect costs for payment
purposes; provided, that McClelland Consulting Engineers, Inc. pays the
contribution to the fund within 30 days after the close of the period covered.
Payments made 30 days or more after the close of a period shall not be included
until McClelland Consulting Engineers, Inc. actually makes the payment. Accrued
costs for such contributions that are paid less often than quarterly shall be excluded
from indirect costs for payment purposes until McClelland Consulting Engineers,
Inc. actually makes the payment.
3.1.3. Notwithstanding the audit and adjustment of invoices or vouchers, allowable
indirect costs under this Agreement shall be obtained by applying Indirect Cost
Rates established in accordance with Subsection 3.3 below.
3.1.4. Any statements in specifications or other documents incorporated in this
Agreement by reference designating performance of services or furnishing of
materials at McClelland Consulting Engineers, Inc.'s expense or at no cost to the
City of Fayetteville shall be disregarded for purposes of cost -reimbursement.
3.2. Salaries. The following schedule covers the classification of personnel and the salary
ranges for all personnel anticipated to be assigned to this project by McClelland
Consulting Engineers, Inc.:
3.2.1.1. SCHEDULE OF SALARY RANGES
Labor Classification
Labor Rate Range
Principal Engineer
$41.27 - $50.50
Project Engineer
$25.84 - $41.40
Engineering Technician
$16.50 - $30.00
Construction Observer
$15.00 - $31.25
Chief Draftsman
$22.00 - $25.00
Draftsman
$15.38 - $19.00
Survey Technician
$17.00 - $27.00
Registered Land Surveyor
$21.50 - $32.00
Field Survey (1-man or Rodman)
$16.50 - $24.00
Survey (2- man or Robotic) Crew
$17.00 - $27.00
Geotech Engineer
$26.66 - $41.40
Soils Lab Supervisor
$16.25 - $21.50
Soils Lab Technician
$12.90 - $15.25
Office Administration
$14.50 - $19.50
Clerical
$10.50 - $20.00
4
3.2.1.2. The City of Fayetteville shall reimburse McClelland Consulting Engineers,
Inc. for overtime costs only when the overtime has been authorized in writing
by the City of Fayetteville. When authorized, overtime shall be reimbursed at
the rate of time and one-half for all nonexempt employees. Notwithstanding
this provision, McClelland Consulting Engineers, Inc. must comply with all
federal and state wage and hour laws and regulations, regardless whether the
overtime is considered reimbursable under this Agreement.
3.3. Indirect Cost Rates.
3.3.1. Allowable indirect costs incurred by McClelland Consulting Engineers, Inc. shall
also be reimbursed by the City of Fayetteville at the Indirect Cost Rate. The
Indirect Cost Rate of McClelland Consulting Engineers, Inc. for this Agreement shall
be the rate as set forth in subsection 1.11. If applicable, the Indirect Cost Rate for
subcontractors shall be determined in the same manner and subject to the same
limitations as McClelland Consulting Engineers, Inc., and shall be listed for each
subcontractor identified in Appendix B. The Indirect Cost Rate, or any adjustment
thereto, shall not change any monetary ceiling, contract obligation, or specific cost
allowance, or disallowance provided for in this Agreement except as provided for in
sections 3.3.4. and 3.3.5. The Indirect Cost Rate must reflect the allowable indirect
costs pursuant to 48 C.F.R. Part 31 ("FAR").
3.3.2. In establishing the Indirect Cost Rate or proposing any adjustment thereto,
McClelland Consulting Engineers, Inc. shall, upon request, submit to the City of
Fayetteville, FHWA, or their representatives an audited indirect cost rate and
supporting cost data in accordance with the requirements set forth in the current
Arkansas Highway & Transportation Department Indirect Cost Rate Audit
Requirements.
3.3.3. During the term of this Agreement, if an audit of a subsequent accounting period
of McClelland Consulting Engineers, Inc. demonstrates that McClelland Consulting
Engineers, Inc. has incurred allowable indirect costs at a different rate than the
Indirect Cost Rate, the Indirect Cost Rate shall be adjusted. Any adjustment is
subject to the audit and documentation requirements of the FAR and the current
Arkansas Highway & Transportation Department Indirect Cost Rate Audit
Requirements. Except in the case of a provisional Indirect Cost Rate, as provided
in the following subparagraphs, or the disallowance of cost following a subsequent
audit, any adjustment to the Indirect Cost Rate shall be effective only prospectively
from the date that the adjustment is accepted.
3.3.4. In order to expedite some projects, when an audited indirect cost rate has not yet
been submitted and approved, the City of Fayetteville may extend a temporary
waiver and accept a provisional indirect cost rate. This provisional rate must be
reviewed by, and receive a positive recommendation from the Arkansas Highway
and Transportation Department's Chief Auditor. The provisional cost proposal must
be accompanied by written assurance from an independent CPA that he/she has
been engaged to audit the costs in accordance with the above requirements. The
anticipated audit must be based on costs incurred in the most recently completed
fiscal year for which the cost data is available, with the audit scheduled to begin
within a reasonable time frame. If the date of the initial cost proposal is within the
last quarter of the current fiscal year, the audit may be delayed until the current
M
fiscal year is closed and the final cost data is available. The written assurance from
the CPA that he or she has been engaged to perform the audit at an appropriate
time is still required.
3.3.5. Once an audited indirect cost rate is approved, the ceiling prices provided for in
the initial agreement using the provisional indirect cost rate will be adjusted with a
supplemental agreement to implement the resulting increase or decrease from
revising the indirect cost rate, and all amounts paid McClelland Consulting
Engineers, Inc. prior to receipt and acceptance of an audited indirect cost rate will
be retroactively adjusted for changes in the indirect cost rate. However, no
changes in hours, fixed fees, or other costs will be allowed as a result of applying
the audited indirect cost rate.
3.4. Fees. The justification for the fees and costs is contained in Appendix A. In addition
to reimbursement of the allowable costs as set forth above, the City of Fayetteville shall
pay to McClelland Consulting Engineers, Inc. a fixed fee of $7,844.18. for Title I
Services. For Title 11 Services, if applicable, the City of Fayetteville shall reimburse
McClelland Consulting Engineers, Inc. for allowable direct costs and also pay to
McClelland Consulting Engineers, Inc. an amount determined by multiplying the salary
rate of the individual(s) performing the Title II Services, as shown on the Schedule of
Salary Ranges, by the Title II Multiplier. The Title II Multiplier shall account for all fees
and indirect costs associated with Title II services.
3.5. Invoices, Reimbursement, and Partial Payments. Submission of invoices and
payment of the fees shall be made as follows, unless modified by the written agreement
of both parties:
3.5.1. Not more often than once per month, McClelland Consulting Engineers, Inc. shall
submit to the City of Fayetteville, in such form and detail as the City of Fayetteville
may require, an invoice or voucher supported by a statement of the claimed
allowable costs for performing this Agreement, and estimates of the amount and
value of the work accomplished under this Agreement. The invoices for costs and
estimates for fees shall be supported by any data requested by the City of
Fayetteville.
3.5.2. In making estimates for fee purposes, such estimates shall include only the
amount and value of the work accomplished and performed by McClelland
Consulting Engineers, Inc. under this Agreement which meets the standards of
quality established under this Agreement. McClelland Consulting Engineers, Inc.
shall submit with the estimates any supporting data required by the City of
Fayetteville. At a minimum, the supporting data shall include a progress report in
the form and number required by the City of Fayetteville.
3.5.3. Upon approval of the estimate by the City of Fayetteville, payment upon properly
executed vouchers shall be made to McClelland Consulting Engineers, Inc., as
soon as practicable, of 100 percent of the allowed costs, and of 90 percent of the
approved amount of the estimated fee, less all previous payments. Notwithstanding
any other provision of this Agreement, only costs and fees determined to be
allowable by the City of Fayetteville in accordance with subpart 31.2 of the Federal
Acquisition Regulations (FAR) in effect on the date of this Agreement and under the
terms of this Agreement shall be reimbursed or paid.
3.5.4. Before final payment under the Agreement, and as a condition precedent thereto,
McClelland Consulting Engineers, Inc. shall execute and deliver to the City of
Fayetteville a release of all claims which are known or reasonably could have been
known to exist against the City of Fayetteville arising under or by virtue of this
Agreement, other than any claims that are specifically excepted by McClelland
N.
Consulting Engineers, Inc. from the operation of the release in amounts stated in
the release.
3.6. Title l Services, Title 11 Services, and Contract Ceiling Prices. The parties agree that
aggregate payments under this Agreement, including all costs and fees, shall not
exceed the Contract Ceiling Price. The parties further agree that aggregate payments
for Title I services under this Agreement, including all costs and fees, shall not exceed
the Title I Services Ceiling Price; and that aggregate payments for Title II services under
this Agreement, including all costs and fees, shall not exceed the Title II Services Ceiling
Price. No adjustment of the Indirect Cost Rate or the Title II Multiplier, claim, or dispute
shall affect the limits imposed by these ceiling prices. No payment of costs or fees shall
be made above these ceiling prices unless the Agreement is modified in writing.
3.7. Final payment.
3.7.1. McClelland Consulting Engineers, Inc. shall submit a completion invoice or
voucher, designated as such, promptly upon completion of the work, but no later
than forty-five (45) days (or longer, as the City of Fayetteville may approve in
writing) after the completion date. Upon approval of the completion invoice or
voucher, and upon McClelland Consulting Engineers, Inc.'s compliance with all
terms of this Agreement, the City of Fayetteville shall promptly pay any balance of
allowable costs and any retainage owed to McClelland Consulting Engineers, Inc..
After the release of said retainage McClelland Consulting Engineers, Inc. agrees
that it will continue to provide consultation services to the City of Fayetteville as
needed through supplemental agreement(s) with respect to the contracted services
under this Agreement until all work is completed under both Title I and Title II.
3.7.2. McClelland Consulting Engineers, Inc. shall pay to the City of Fayetteville any
refunds, rebates, credits, or other amounts (including interest, if any) accruing to or
received by McClelland Consulting Engineers, Inc. or any assignee under this
Agreement, to the extent that those amounts are properly allocable to costs for
which McClelland Consulting Engineers, Inc. has been reimbursed by the City of
Fayetteville. Reasonable expenses incurred by McClelland Consulting Engineers,
Inc. for securing refunds, rebates, credits, or other amounts shall be allowable costs
if approved by the City of Fayetteville. Before final payment under this Agreement,
McClelland Consulting Engineers, Inc. and each assignee whose assignment is in
effect at the time of final payment shall execute and deliver —
An assignment to the City of Fayetteville, in form and substance satisfactory to
the City of Fayetteville, of refunds, rebates, credits, or other amounts (including
interest, if any) properly allocable to costs for which McClelland Consulting
Engineers, Inc. has been reimbursed by the City of Fayetteville under this
Agreement; and,
• A release discharging the City of Fayetteville, its officers, agents, and employees
from all liabilities, obligations, and claims which were known or could reasonably
have been known to exist arising out of or under this Agreement.
3.8. City of Fayetteville's Right to Withhold Payment. The City of Fayetteville may
withhold payment to such extent as it deems necessary as a result of: (1) third party
claims arising out of the services of McClelland Consulting Engineers, Inc. and made
against the City of Fayetteville; (2) evidence of fraud, over -billing, or overpayment; (3)
inclusion of non -allowable costs; (4) failure to make prompt payments to subcontractors
in the time provided by this Agreement; (5) payment requests received including fees
for unapproved subcontractors; and/or (6) McClelland Consulting Engineers, Inc.'s
default or unsatisfactory performance of services. The withholding of payment under
i7
this provision shall in no way relieve McClelland Consulting Engineers, Inc. of its
obligation to continue to perform its services under this Agreement.
4. DISALLOWANCE OF COSTS
4.1. Notwithstanding any other clause of this Agreement, the City of Fayetteville may at
any time issue to McClelland Consulting Engineers, Inc. a written notice of intent to
disallow specified costs incurred or planned for incurrence under this Agreement that
have been determined not to be allowable under the contract terms.
4.2. Failure to issue a notice under this Section shall not affect the City of Fayetteville's
rights to take exception to incurred costs.
4.3. If a subsequent audit reveals that: (1) items not properly reimbursable have, in fact,
been reimbursed as direct costs; or (2) that the Indirect Cost Rate contains items' not
properly reimbursable under the FAR; then, in the case of indirect costs, the Indirect
Cost Rate shall be amended retroactively to reflect the actual allowable indirect costs
incurred, and, in the case of both direct and indirect costs, the City of Fayetteville may
offset, or McClelland Consulting Engineers, Inc. shall repay to City of Fayetteville, any
overpayment.
5. RECORDS & AUDITS
5.1. Records includes books, documents, accounting procedures and practices, and other
data, regardless of type and regardless of whether such items are in written form, in the
form of computer data, or in any other form.
5.2. Examination. McClelland Consulting Engineers, Inc. shall maintain, and the City of
Fayetteville, AHTD, FHWA, and their authorized representatives shall have the right to
examine and audit all records and other evidence sufficient to reflect properly all costs
(direct and indirect) claimed to have been incurred or anticipated to be incurred in
performance of this Agreement. This right of examination shall also include examination
and audit of any records considered, relied upon, or relating to the determination of the
Indirect Cost Rate or any certification thereof, including any CPA audit relied upon to
establish the rate. This right of examination shall also include inspection at all
reasonable times of McClelland Consulting Engineers, Inc.'s offices and facilities, or
parts of them, engaged in performing the Agreement.
5.3. Supporting Data. If McClelland Consulting Engineers, Inc. has been required to
submit data in connection with any action relating to this Agreement, including the
negotiation of or pre -negotiation audit of the Indirect Cost Rate, the negotiation of the
Fee, request for cost reimbursement, request for payment, request for an adjustment, or
assertion of a claim, the City of Fayetteville, AHTD, FHWA, or their authorized
representatives, in order to evaluate the accuracy, completeness, and accuracy of the
data, shall have the right to examine and audit all of McClelland Consulting Engineers,
Inc.'s records, including computations and projections, related to —
The determination or certification of the Indirect Cost Rate, including any
independent CPA audit or certification thereof;
• Any proposal for the Agreement, subcontract, or modification;
• Discussions conducted on the proposal(s), including those related to negotiating;
1.
• Fees or allowable costs under the Agreement, subcontract, or modification;
• Performance of the Agreement, subcontract or modification; or,
• The amount and basis of any claim or dispute.
5.4. Audit. The City of Fayetteville, AHTD, FHWA, or their authorized representatives,
shall have access to and the right to examine any of McClelland Consulting Engineers,
Inc.'s records involving transactions related to this Agreement or a subcontract
hereunder.
5.5. Reports. If McClelland Consulting Engineers, Inc. is required to furnish cost, funding,
or performance reports, the City of Fayetteville, AHTD, FHWA, or their authorized
representatives shall have the right to examine and audit the supporting records and
materials, for the purpose of evaluating (1) the effectiveness of McClelland Consulting
Engineers, Inc.'s policies and procedures to produce data compatible with the objectives
of these reports and (2) the data reported.
5.6. Availability. McClelland Consulting Engineers, Inc. shall retain and make available at
its office at all reasonable times the records, materials, and other evidence described in
this Section and Section 28, Disputes and Claims, for examination, audit, or
reproduction, until five years after final payment under this Agreement, or for any longer
period required by statute or by other clauses of this Agreement. In addition-
5.6.1. If this Agreement is completely or partially terminated, the records relating to the
work terminated shall be retained and made available for five years after the
termination; and,
5.6.2. Records relating to any claim or dispute, or to litigation or the settlement of
claims arising under or relating to this Agreement shall be retained and made
available until after any such claims or litigation, including appeals, are finally
resolved.
5.7. McClelland Consulting Engineers, Inc. shall insert a clause containing all the terms of
this Section in all subcontracts under this Agreement.
5.8. Freedom of Information Act. City of Fayetteville contracts and documents prepared
while performing City of Fayetteville contractual work are subject to the Arkansas
Freedom of Information Act. If a Freedom of Information Act request is presented to the
City of Fayetteville, McClelland Consulting Engineers, Inc. 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.
6. DESCRIPTION OF THE PROJECT
6.1. The City of Fayetteville is planning to restore the historic Maple Street Bridge and
Lafayette Street Bridge, including related approach work, and requires the professional
services from McClelland Consulting Engineers, Inc. to perform a geotechnical
evaluation, survey, environmental documentation, design, and engineering management
services during construction.
6.2. It is the intention of the City of Fayetteville to restore both historic bridges to their
original beauty and to thus set a high example for restoration for a municipality in
Arkansas and the United States.
0
McClelland Consulting Engineers, Inc., and Horner & Shifrin, Inc. must comply with
the National Park Service Secretary of the Interior Standards for Restorations and will be
additionally under the direction, review and approval of the Arkansas Historic
Preservation Program (AHPP), the State Historic Preservation Office (SHPO) and the
National Historic Preservation Act of 1966 (NHPA) Section 106 review, to ensure that
work performed on the two historic bridges is appropriate and will maintain the individual
qualifying status of each property as it is listed on the National Register of Historic
Places.
7. INFORMATION AND TITLE I SERVICES TO BE PROVIDED BY MCCLELLAND
CONSULTING ENGINEERS, INC.
7.1. Survey
• Complete a detailed topographic, property, and utility survey as needed for
design of the improvements as listed in Paragraph 6.1. Elevation control will be
established using AHTD elevation procedures.
7.2. Geotechnical Investigation
• Drill two borings adjacent to the rotated retaining wall located in the eastern
approach of the Lafayette Street Bridge.
• Obtain samples of the soil strata.
• Obtain core samples of the underlying rock strata.
• Perform laboratory tests for moisture content, classifications, unit weights,
unconfined compression tests.
• Interpret and evaluate geotechnical data for retaining wall design/rehabilitation
and the pavement structure.
• Perform two pavement cores on each bridge approach (8 total cores) to
determine existing pavement section.
• Take six concrete samples (cores) from each bridge deck and perform 30
chloride tests.
• Perform chain drag testing on each bridge deck. The City of Fayetteville will be
responsible for the removal of the asphalt on the bridge decks.
• Complete Half -Cell Potential Test (2 Each if chloride content warrants).
7.3. Environmental Documentation
• Environmental Data Collection - Preliminary environmental data associated with
the proposed project area will be collected and assessed for the social,
economic, and environmental impacts area, including:
1. Air Quality
2. Noise Quality
3. Hazardous Materials
4. Wetlands and Stream Impacts
5. Water Quality, including Public Drinking Supplies
6. Farmland
7. Land Use and Land Cover
8. Terrestrial and Aquatic Communities
9. Endangered Species
10. Economic
11. Community
12. Relocations of Homes and Businesses
13. Environmental Justice and Title VI
14. Recreational Areas
15. Archeological and Historic Sites
16. Visual
10
17. Section 4(f)
18. Secondary and Cumulative Impacts
■ Coordinate with relevant regulatory agencies as required (FEMA, USACOE,
SHPO, ADEQ, USFWS and others) to resolve environmental issues and obtain
perm its.
• Environmental Constraints Map - All environmental data collected will be
transferred to appropriately scaled aerial photographs to produce a map that
indicates all known environmentally sensitive areas.
• Prepare environmental document, including cultural resources clearance
(Section 106 review) from the State Historic Preservation Office. A Tier 3
Categorical Exclusion is likely the required documentation. Include location
studies and Section 4(f) evaluations if necessary.
• Submit draft environmental document in electronic format for review by the City
of Fayetteville and AHTD.
• Perform alterations necessary to respond to comments made in the City of
Fayetteville's and AHTD's reviews.
• Submit final draft to the City of Fayetteville and AHTD for FHWA approval.
• Prepare designated number of copies of environmental document after FHWA
approval and distribute as directed. An electronic copy of the approved
environmental document in pdf form will be provided to the AHTD.
7.4. Design
• Prepare project design criteria and submit to AHTD for review before preliminary
design work to obtain design exemptions where necessary to retain the original
elements and design. Design exemptions will be based on coordination with the
State Historic Preservation Office (SHPO). AHTD Standard Specifications for
Highway Construction will be used.
• Complete site visit for visual verification of previous bridge inspection.
• Develop an engineering design for the, roadway approach improvements and
associated utility relocations, as needed. Submit design plans for review by the
City of Fayetteville and AHTD at the 30%, 60%, and 90% stages. Submit an
updated cost estimate with each design review, include costs for utilities,
railroad permits, railroad personnel & equipment, etc at applicable.
o Maple Street Bridge Design Scope
■ Complete approach design
■ Coordinate non city owned utility relocations
■ Design city owned utility relocations/extensions.
o Lafayette Street Bridge Design Scope
■ Complete approach design
■ Coordinate non city owned utility relocations
■ Design city owned utility relocations/extensions
■ Replace or repair leaning wall at SW corner of approach using
original plans to replicate existing wall — Take design from
Horner and Shifrin, Inc and develop construction drawings,
• Prepare necessary exhibits, and attend all necessary public involvement
meetings and public hearings (5 total).
• Coordinate design and construction with franchise utility companies' relocations
to assure adequate space for all facilities and timely relocations.
• Coordinate with Railroad to obtain any permits necessary for the Contractor to
perform the work.
• Prepare final construction plans and specifications for the roadway approach
improvements. Plans will be completed in both Microstation and AutoCAD
formats.
11
Provide right of way acquisition documents and engineering services required for
acquisition of rights of way and easements if needed.
Provide a final set of signed and sealed roadway approach improvement
drawings to AHTD Bridge Division for record purposes.
When requested, clarify and technical issues that may arise from contractors
preparing a bid, and provide written documentation to assist in issuing addenda,
as needed.
8. INFORMATION TO BE PROVIDED BY THE CITY OF FAYETTEVILLE
8.1. The City of Fayetteville shall make available to McClelland Consulting Engineers, Inc.
all technical data in the City of Fayetteville's possession, including laboratory tests,
maps, surveys, borings, and other information required by McClelland Consulting
Engineers, Inc. and relating to McClelland Consulting Engineers, Inc.'s work.
9. TITLE II SERVICES TO BE PROVIDED BY MCCLELLAND CONSULTING ENGINEERS
INC.
9.1. Survey Control
McClelland Consulting Engineers, Inc. shall establish the survey control baseline(s)
along with sufficient baseline control points and benchmarks at appropriate intervals
along the project for use by the Contractor and McClelland Consulting Engineers, Inc.
in performing verification surveys of construction layout. McClelland Consulting
Engineers, Inc. shall (1) make and record such measurements as are necessary to
calculate and document quantities for pay items; and (2) perform incidental
engineering surveys as may be necessary to carry out the services covered by this
agreement and to verify and confirm the accuracy of the Contractor's survey layout
work. All survey work shall be performed under the supervision of a Surveyor
registered in the State of Arkansas.
9.2. Engineering Management Services
• Review of shop drawings and submittals, as requested.
• Provide design related solutions to construction problems and issues that may arise
during construction.
• Assist the City of Fayetteville in preparing for any litigation or other action that may
arise as a result of the Project.
• McClelland Consulting Engineers, Inc. does not make any representation as to the
legal sufficiency of contracts it helps to coordinate and the City of Fayetteville if solely
responsible for determining that all contracts meet its legal requirements.
• Prepare the SWPPP documents and plans, and insure that all requirements of ADEQ
and the City of Fayetteville are met.
10. COORDINATION WITH CITY OF FAYETTEVILLE
10.1. Throughout the Project, McClelland Consulting Engineers, Inc. shall hold monthly
conferences, if needed, in Fayetteville, Arkansas, or such other location as designated
by the City of Fayetteville, with representatives of the City of Fayetteville, the AHTD, and
the FHWA so that as the Project progresses, McClelland Consulting Engineers, Inc.
shall have full benefit of the City of Fayetteville's knowledge of existing needs and
facilities and be consistent with the City of Fayetteville's current policies and practices.
iE
The extent and character of the work to be done by McClelland Consulting Engineers,
Inc. shall be subject to the general oversight and approval of the City of Fayetteville.
11. OFFICE LOCATION FOR REVIEW OF WORK
11.1. Review of the work as it progresses and all files and documents produced under this
Agreement may be made by representatives of the City of Fayetteville, the AHTD, and
the FHWA at the project office of McClelland Consulting Engineers, Inc. located in
Fayetteville or Little Rock, Arkansas or at the regional offices of McClelland Consulting
Engineers, Inc. located in N/A or McClelland Consulting Engineers, Inc.'s Arkansas
office located at N/A.
12. ACCESS TO PROPERTY
12.1. McClelland Consulting Engineers, Inc.'s services to the City of Fayetteville may
require entry upon private property. The City of Fayetteville will present or mail to
private landowners a letter of introduction and explanation, describing the work, which
shall be drafted by McClelland Consulting Engineers, Inc.. McClelland Consulting
Engineers, Inc. will make reasonable attempts to notify resident landowners who are
obvious and present when McClelland Consulting Engineers, Inc. is in the field.
McClelland Consulting Engineers, Inc. is not expected to provide detailed contact with
individual landowners. McClelland Consulting Engineers, Inc. is not expected to obtain
entry by means other than the consent of the landowner. If McClelland Consulting
Engineers, Inc. is denied entry to private property by the landowner, McClelland
Consulting Engineers, Inc. will not enter the property. If denied entry to the property,
McClelland Consulting Engineers, Inc. shall notify the City of Fayetteville and advise the
City of Fayetteville of an alternate evaluation method if one is feasible. The City of
Fayetteville shall decide on the course of action to obtain access to the property.
13. DELIVERABLES
13.1. Meeting minutes, correspondence, bi-weekly project estimates, materials testing
reports, environmental documents, design submittals and survey data files for the
project. At the close of the project, the records will be assembled in accordance with
current City of Fayetteville and AHTD policies and submitted to the City of Fayetteville
and AHTD for review and approval.
14. SUBCONTRACTING
14.1. Unless expressly disclosed in Appendix B, McClelland Consulting Engineers, Inc.
may not subcontract any of the services to be provided herein without the express
written approval of the City of Fayetteville. All subcontractors, including those listed in
Appendix B, shall be bound by the terms of this Agreement. All subcontractors shall be
subject to all contractual and legal restrictions concerning payment and determination of
allowable costs, and subject to all disclosure and audit provisions contained herein and
in any applicable federal or state law.
14.2. Unless the consent or approval specifically provides otherwise, neither consent by
the City of Fayetteville to any subcontract nor approval of McClelland Consulting
Engineers, Inc.'s purchasing system shall constitute a determination (1) of the
acceptability of any subcontract terms or conditions, (2) of the acceptability of any
subcontract price or of any amount paid under any subcontract, or (3) to relieve
13
McClelland Consulting Engineers, Inc. of any responsibility, obligation, or duty under this
Agreement.
14.3. No subcontract placed under this Agreement shall provide for payment on a cost-
plus -a -percentage -of -cost basis, and any fee payable under cost -reimbursement
subcontracts shall not exceed the fee limitations of the FAR.
14.4. Furthermore, notwithstanding any other provision within this Agreement, no
reimbursement or payment for any markup of the cost of any subcontract shall be
considered by the City of Fayetteville without the express written agreement of the City
of Fayetteville.
14.5. Prompt Payment. McClelland Consulting Engineers, Inc. shall pay subcontractors for
satisfactory performance of their subcontracts within 30 days of receipt of each payment
by the City of Fayetteville to McClelland Consulting Engineers, Inc.. Any retainage
payments held by McClelland Consulting Engineers, Inc. must be returned to the
subcontractor within 30 days after the subcontractor's work is completed. Failure to
comply with this provision shall be considered a Default by McClelland Consulting
Engineers, Inc.. If McClelland Consulting Engineers, Inc. fails to comply with this
provision, in addition to any other rights or remedies provided under this Agreement, the
City of Fayetteville, at its sole option and discretion, may:
• make payments directly to the subcontractor and offset such payments, along with
any administrative costs incurred by the City of Fayetteville, against reimbursements
or payments otherwise due McClelland Consulting Engineers, Inc.;
• notify any sureties; and/or,
• withhold any or all reimbursements or payments otherwise due to McClelland
Consulting Engineers, Inc. until McClelland Consulting Engineers, Inc. ensures that
the subcontractors have been and will be promptly paid for work performed.
14.6. McClelland Consulting Engineers, Inc. shall insert a clause containing all the terms of
this Section in all subcontracts under this Agreement.
15. RESPONSIBILITY OF MCCLELLAND CONSULTING ENGINEERS INC.
15.1. Notwithstanding any review, approval, acceptance, or payment by the City of
Fayetteville, McClelland Consulting Engineers, Inc. shall be responsible for the
professional quality, technical accuracy, and the coordination of all designs, drawings,
specifications, and other services furnished by McClelland Consulting Engineers, Inc.
under this Agreement. McClelland Consulting Engineers, Inc. shall, without additional
compensation, correct or revise any errors or deficiencies in its designs, drawings,
specifications, and other services.
15.2. McClelland Consulting Engineers, Inc. shall demonstrate to the City of Fayetteville
the presence and implementation of quality assurance in the performance of McClelland
Consulting Engineers, Inc.'s work. McClelland Consulting Engineers, Inc. shall identify
individual(s) responsible, as well as methods used to determine the completeness and
accuracy of drawings, specifications, and cost estimates.
15.3. McClelland Consulting Engineers, Inc. further agrees that in its performance of work
under this Agreement, it shall adhere to the requirements in the Design Standards of the
AHTD and FHWA, which shall be incorporated herein by reference.
14
15.4. The City of Fayetteville shall have the right at any time and in its sole discretion to
submit for review all or any portion of McClelland Consulting Engineers, Inc.'s work to
consulting engineers engaged by the City of Fayetteville for that purpose. McClelland
Consulting Engineers, Inc. shall fully cooperate with any such review.
15.5. McClelland Consulting Engineers, Inc. and any subcontractor shall employ qualified
and competent personnel to perform the work under this Agreement.
15.6. Neither the City of Fayetteville's review, approval, or acceptance of, nor payment for,
the services required under this Agreement shall be construed to operate as a waiver of
any rights under this Agreement, or of any cause of action arising out of the performance
of this Agreement. McClelland Consulting Engineers, Inc. shall be and remain liable to
the City of Fayetteville for all damages to the City of Fayetteville caused by McClelland
Consulting Engineers, Inc.'s negligent performance of any of the services furnished
under this Agreement.
15.7. The rights and remedies of the City of Fayetteville provided under this Agreement are
in addition to any other rights and remedies provided by law.
15.8. If McClelland Consulting Engineers, Inc. is comprised of more than one legal entity,
each such entity shalt be jointly and severally liable hereunder.
16. WARRANTY OF SERVICES
16.1. Definitions. Acceptance, as used in this Agreement, means the act of an authorized
representative of the City of Fayetteville by which the City of Fayetteville approves
specific services, as partial or complete performance of the Agreement. Correction, as
used in this Agreement, means the elimination of a defect.
16.2. Notwithstanding inspection and acceptance by the City of Fayetteville or any
provision concerning the conclusiveness thereof, McClelland Consulting Engineers, Inc.
warrants that all services performed and work product under this Agreement will, at the
time of acceptance, be free from defects in workmanship and conform to the
requirements of this Agreement.
16.3. If McClelland Consulting Engineers, Inc. is required to correct or re -perform, it shall
be at no cost to the City of Fayetteville, and any services corrected or re -performed by
McClelland Consulting Engineers, Inc. shall be subject to this Section to the same extent
as work initially performed. If McClelland Consulting Engineers, Inc. fails or refuses to
correct or re -perform, the City of Fayetteville may, by contract or otherwise, correct or
replace with similar services and charge to McClelland Consulting Engineers, Inc. the
cost occasioned to the City of Fayetteville thereby, or make an equitable adjustment in
the Contract Price.
16.4. If the City of Fayetteville does not require correction or re -performance, the City of
Fayetteville shall make an equitable adjustment in the Contract Price.
16.5. Nothing within this Section shall constitute a waiver or exclusion of any other right or
remedy that the City of Fayetteville may possess at law or under this Agreement.
17. TERM COMMENCEMENT AND COMPLETION
17.1. This Agreement shall commence on the effective date set forth above and remain in
effect until the completion of McClelland Consulting Engineers, Inc.'s Scope of Services,
15
as defined herein, to be completed within a period of nine (9) months, unless extended
or terminated by the City of Fayetteville in accordance with this Agreement.
17.2. McClelland Consulting Engineers, Inc. shall begin work under the terms of this
Agreement within ten (10) days of receiving written notice to proceed. [If services are to
be performed in subsequent phases, then each phase shall be commenced upon the
City of Fayetteville's approval of the previous phase. McClelland Consulting Engineers,
Inc. shall not be entitled to any compensation or reimbursement for services performed
in a phase unless and until it has received approval from the City of Fayetteville to
proceed with such services.]
17.3. It is further agreed that time is of the essence in performance of this Agreement.
McClelland Consulting Engineers, Inc. shall complete the work, or each phase, as
scheduled, and the City of Fayetteville shall provide any required approval of the work or
phase meeting the requirements contained herein in a reasonable and timely manner.
The Project shall be completed as follows:
Topographic Survey
Environmental Documentation
Geotech n ical Investigation
Submit 30% Design for Review/Comment
Submit 60% Design for Review/Comment
Submit 90% Design for Review/Comment
Submit 100% Design for Review/Approval
18. TERMINATION
6 weeks from notice to proceed
16 weeks from notice to proceed
6 weeks from notice to proceed
13 weeks from notice to proceed
4 weeks from 30% approval
11 weeks from 60% approval
7 weeks from 90% approval
18.1. The City of Fayetteville may terminate this Agreement in whole or, from time to time,
in part, for the City of Fayetteville's convenience or because of the Default of McClelland
Consulting Engineers, Inc..
18.2. The City of Fayetteville shall terminate this Agreement by delivering to McClelland
Consulting Engineers, Inc. written notice of the termination.
18.3. Upon receipt of the notice, McClelland Consulting Engineers, Inc. shall:
• Immediately discontinue all services affected (unless the notice directs otherwise).
• Deliver to the City of Fayetteville all data, drawings, specifications, reports, estimates,
summaries, and other information and materials accumulated in performing this
Agreement, whether completed or in process.
• Terminate all subcontracts to the extent they relate to the work terminated.
• In the sole discretion and option of the City of Fayetteville, and if and only if
requested to do so, assign to the City of Fayetteville all right, title, and interest of
McClelland Consulting Engineers, Inc. under the subcontracts terminated, in which
case the City of Fayetteville shall have the right to settle any claim or dispute arising
out of those subcontracts without waiver of any right or claim the City of Fayetteville
may possess against McClelland Consulting Engineers, Inc..
• With approval or ratification by the City of Fayetteville, settle all outstanding liabilities
arising from the termination of subcontracts, the cost of which would be allowable in
whole or in part, under this Agreement.
16
• Complete performance of any work not terminated.
• Take any action that may be necessary, or that the City of Fayetteville may direct, for
the protection and preservation of the property related to this Agreement which is in
the possession of McClelland Consulting Engineers, Inc. and in which the City of
Fayetteville has or may acquire an interest.
18.4. If the termination is for the convenience of the City of Fayetteville, the City of
Fayetteville shall make an equitable adjustment in the Contract Price, subject to the
Ceiling Prices and Funding Limitations provisions, but shall allow no anticipated fee or
profit on unperformed services.
18.5. If the termination is for McClelland Consulting Engineers, Inc.'s Default, the City of
Fayetteville may complete the work by contract or otherwise and McClelland Consulting
Engineers, Inc. shall be liable for any reasonable and necessary additional cost incurred
by the City of Fayetteville to the extent caused by McClelland Consulting Engineers,
Inc.'s default.
18.6. Disputes and claims arising from termination of this Agreement shall be governed by
Section 28, Claims and Disputes (48 CFR 31.205-42(e) (2)).
18.7. The rights and remedies of the City of Fayetteville provided in this Section are in
addition to any other rights and remedies provided by law or under this Agreement, and
shall not constitute a waiver of any other such right or remedy.
19. STOP WORK ORDERS
19.1. The City of Fayetteville may, at any time, by written order to McClelland Consulting
Engineers, Inc., require McClelland Consulting Engineers, Inc. to stop all, or any part, of
the work called for by this Agreement for a period of up to 90 days after the order is
delivered to McClelland Consulting Engineers, Inc., and for any further period to which
the parties may agree. Upon receipt of the order, McClelland Consulting Engineers, Inc.
shall immediately comply with its terms and take all reasonable steps to minimize the
incurrence of costs allocable to the work covered by the order during the period of work
stoppage. Within a period of 90 days after a stop work order is delivered to McClelland
Consulting Engineers, Inc., or within any extension of that period to which the parties
shall have agreed, the City of Fayetteville shall either-
19.1.1. Cancel the stop work order; or
19.1.2. Terminate the work pursuant to Section 18, Termination.
19.2. If a stop work order issued under this Section is canceled or the period of the order or
any extension thereof expires, McClelland Consulting Engineers, Inc. shall resume work.
The City of Fayetteville shall make an equitable adjustment in the delivery schedule or
Contract Price, or both, and the Agreement shall be modified in writing accordingly, if —
The stop work order was not issued because of McClelland Consulting Engineers,
Inc.'s Default in its performance of its obligations under any part of this Agreement;
and,
• The stop work order results in an increase in the time required for, or in McClelland
Consulting Engineers, Inc.'s cost properly allocable to, the performance of any part of
this Agreement; and,
17
• McClelland Consulting Engineers, Inc. provides Notice of Potential Claim pursuant to
Section 28, Disputes and Claims.
20. CHANGES
20.1. The City of Fayetteville may at any time, by written order, and without notice to the
sureties, if any, make changes within the general scope of this Agreement, including but
not limited to: (1) drawings, designs, or specifications; (2) time of performance (i.e.,
hours of the day, days of the week, etc.); and (3) places of inspection, delivery, or
acceptance.
20.2. If any such change causes an increase or decrease in the cost of, or the time
required for, performance of any part of the work under this Agreement, whether or not
changed by the order, the City of Fayetteville shall make an equitable adjustment in the
(1) estimated cost, delivery or completion schedule, or both; (2) amount of any fee; and
(3) other affected terms.
20.3. All claims and disputes shall be governed by the Section 28, Claims and Disputes.
As provided in Section 28, McClelland Consulting Engineers, Inc. must provide written
notice of its intention to make a claim for additional compensation before beginning the
work on which the claim is based. If such notice is not given, McClelland Consulting
Engineers, Inc. hereby agrees to waive any claim for such additional compensation.
20.4. Failure to agree to any adjustment shall be a dispute under Section 28, Disputes and
Claims. However, nothing in this Section or any other provision of this Agreement shall
excuse McClelland Consulting Engineers, Inc. from proceeding with the Agreement as
changed.
21. OWNERSHIP OF DOCUMENTS & DATA
21.1. All project documents and data, regardless of form and including but not limited to
original drawings, disks of CADD drawings, cross -sections, estimates, files, field notes,
and data, shall be the property of the City of Fayetteville. McClelland Consulting
Engineers, Inc. shall further provide all documents and data to the City of Fayetteville
upon the City of Fayetteville's request. McClelland Consulting Engineers, Inc. may
retain reproduced copies of drawings and other documents. In the event that any patent
rights or copyrights are created in any of the documents, data compilations, or any other
work product, the City of Fayetteville shall have an irrevocable license to use such
documents, or data compilations, or work product.
22. PATENT AND COPYRIGHT INFRINGEMENT
22.1. McClelland Consulting Engineers, Inc. shall report to the City of Fayetteville, promptly
and in reasonable written detail, each notice or claim of patent or copyright infringement
based on the performance of this Agreement of which McClelland Consulting Engineers,
Inc. has knowledge.
22.2. In the event of any claim or suit against the City of Fayetteville on account of any
alleged patent or copyright infringement arising out of the performance of this
Agreement or out of the use of any supplies furnished or work or services performed
under this Agreement, McClelland Consulting Engineers, Inc. shall furnish to the City of
Fayetteville, when requested by the City of Fayetteville, all evidence and information in
possession of McClelland Consulting Engineers, Inc. pertaining to such suit or claim.
Such evidence and information shall be furnished at the expense of McClelland
Consulting Engineers, Inc..
22.3. McClelland Consulting Engineers, Inc. agrees to include, and require inclusion of, the
provisions of this Section in all subcontracts at any tier for supplies or services.
22.4. McClelland Consulting Engineers, Inc. shall indemnify the City of Fayetteville and its
officers, agents; and employees against liability, including costs and attorneys' fees, for
infringement of any United States patent or copyright arising from the manufacture or
delivery of supplies, the performance of services, or the construction, alteration,
modification, or repair of real property under this Agreement, or out of the use or
disposal by or for the account of the City of Fayetteville of such supplies or construction
work.
22.5. This indemnity shall not apply unless McClelland Consulting Engineers, Inc. shall
have been informed within ten (10) business days following the City of Fayetteville's
receipt of legal notice of any suit alleging such infringement and shall have been given
such opportunity as is afforded by applicable laws, rules, or regulations to participate in
its defense. Further, this indemnity shall not apply to (1) an infringement resulting from
compliance with specific written instructions of the City of Fayetteville directing a change
in the supplies to be delivered or in the materials or equipment to be used, or directing a
manner of performance of the Agreement not normally used by McClelland Consulting
Engineers, Inc., (2) an infringement resulting from addition to or change in supplies or
components furnished or construction work performed that was made subsequent to
delivery or performance, or (3) a claimed infringement that is unreasonably settled
without the consent of McClelland Consulting Engineers, Inc., unless required by final
decree of a court of competent jurisdiction.
23. BANKRUPTCY
23.1. In the event McClelland Consulting Engineers, Inc. enters into proceedings relating to
bankruptcy, whether voluntary or involuntary, McClelland Consulting Engineers, Inc.
agrees to furnish, by certified mail, written notice of the bankruptcy to the City of
Fayetteville. This notice shall be furnished within five days of the initiation of the
proceedings relating to bankruptcy filing. This notice shall include the date on which the
bankruptcy petition was filed, the identity of the court in which the bankruptcy petition
was filed, and a listing of AHTD job numbers and FAP numbers for all contracts with City
of Fayetteville against which final payment has not been made. This obligation remains
in effect until final payment under this Agreement.
24. FUNDING LIMITATIONS
24.1. The City of Fayetteville's obligations under this Agreement are contingent upon the
availability of appropriated funds from which payments under the terms of this
Agreement can be made in this and each subsequent fiscal year for the duration of the
Agreement. No legal liability on the part of the City of Fayetteville of any kind
whatsoever under this Agreement shall arise until funds are made available to the City of
Fayetteville for performance of this Agreement, including those to be appropriated and
provided by the State of Arkansas and those to be provided by the United States.
19
25. SUCCESSORS AND ASSIGNS
25.1. This Agreement shall be binding upon the parties and their successors and assigns,
and except as expressly set forth herein, neither the City of Fayetteville nor McClelland
Consulting Engineers, Inc. may assign, delegate, or transfer any benefit or obligation
under this Agreement without the express written consent of the other party. Nothing
herein shall be construed as a waiver of any immunity or as creating any personal
liability on the part of any officer or agent of the City of Fayetteville or any other
governmental entity either made a party to, or having any interest in, this Agreement.
26. INDEMNITY AND RESPONSIBILITY FOR CLAIMS AND LIABILITY
26.1. Indemnity. McClelland Consulting Engineers, Inc. shall hold harmless and indemnify
the City of Fayetteville and the AHTD, their officers, employees, and agents, from and
for all claims and liabilities stemming from any wrongful (whether negligent, reckless, or
intentional) acts or omissions on the part of McClelland Consulting Engineers, Inc. and
its subcontractors, and their agents and employees.
26.2. No Personal Liability. No director, officer, manager, employee, agent, assign, or
representative of the City of Fayetteville or the AHTD shall be liable to McClelland
Consulting Engineers, Inc. in a personal or individual capacity under any term of this
Agreement, because of any breach thereof, or for any act or omission in its execution or
performance.
26.3. Independent Contractor Relationship. The parties intend that McClelland Consulting
Engineers, Inc. shall be an independent contractor of the City of Fayetteville and that
McClelland Consulting Engineers, Inc. shall be liable for any act or omission of
McClelland Consulting Engineers, Inc. or its agents, employees, or subcontractors
arising under or occurring during the performance of this Agreement. No act or direction
of the City of Fayetteville shall be deemed to be an exercise of supervision or control of
McClelland Consulting Engineers, Inc.'s performance.
27. INSURANCE
27.1. Professional Liability Insurance Coverage. McClelland Consulting Engineers, Inc.
shall maintain at all times during the performance of services under this Agreement
professional liability insurance coverage for errors, omissions, and negligent acts arising
out of the performance of this Agreement in an amount per claim of not less than five (5)
times the original Contract Ceiling Price or $1,000,000, whichever is less. Such
insurance shall extend to McClelland Consulting Engineers, Inc. and to its legal
representatives in the event of death, dissolution, or bankruptcy, and shall cover the
errors, omissions, or negligent acts of McClelland Consulting Engineers, Inc.'s
subcontractors, agents, and employees. Such insurance shall extend to any errors,
omissions, and negligent acts in the performance of services under this Agreement
committed by McClelland Consulting Engineers, Inc. or alleged to have been committed
by McClelland Consulting Engineers, Inc. or any person for whom McClelland
Consulting Engineers, Inc. is legally responsible.
27.2. Deductible. McClelland Consulting Engineers, Inc. may maintain a professional
liability insurance policy with a deductible clause in an amount approved by the City of
Fayetteville if, in the judgment and opinion of the City of Fayetteville, McClelland
Consulting Engineers, Inc.'s financial resources are sufficient to adequately cover
possible liability in the amount of the deductible. McClelland Consulting Engineers, Inc.
shall submit promptly to the City of Fayetteville, upon request as often as quarterly,
20
detailed financial statements and any other information requested by the City of
Fayetteville to reasonably determine whether or not McClelland Consulting Engineers,
Inc.'s financial resources are sufficient to adequately cover possible liability in the amount
of the deductible.
27.3. Worker's Compensation Insurance. McClelland Consulting Engineers, Inc. shall at all
times during the Term of this Agreement maintain Worker's Compensation and
Employers Liability Insurance as required under Arkansas law.
27.4. General Liability Insurance. McClelland Consulting Engineers, Inc. shall at all times
during the term of this Agreement maintain comprehensive general liability insurance
coverage for bodily injury and property damage in the combined single limit of
$1,000,000, and comprehensive automobile liability insurance coverage for bodily injury
and property damage in the combined single limit of $1,000,000, which shall cover all
owned, hired, and non -owned vehicles. McClelland Consulting Engineers, Inc.'s
insurance coverage shall also cover restoration of plans, drawings, field notes, and other
documents in the event of their loss or destruction while in the custody of McClelland
Consulting Engineers, Inc..
27.5. Insurance Policies and Certificates. McClelland Consulting Engineers, Inc. shall
provide the City of Fayetteville upon request copies of its insurance policies and evidence
satisfactory to the City of Fayetteville concerning the effectiveness and the specific terms
of the insurance. Prior to the execution of this Agreement, McClelland Consulting
Engineers, Inc. shall furnish to the City of Fayetteville certificates of insurance reflecting
policies in force, and it shall also provide certificates evidencing all renewals of any
expiring insurance policy required hereunder within thirty (30) days of the expiration
thereof. McClelland Consulting Engineers, Inc.'s failure to provide and continue in force
and effect any insurance required under this Article shall be deemed a Default for which
City of Fayetteville, in its sole discretion, may terminate this Agreement immediately or on
such other terms as it sees fit.
27.6. Additional Insurance Requirements. All insurance maintained by McClelland
Consulting Engineers, Inc. pursuant to this Section shall be written by insurance
companies licensed to do business in Arkansas, in form and substance satisfactory to the
City of Fayetteville, and shall provide that the insurance will not be subject to cancellation,
termination, or change during its term except upon thirty (30) days prior written notice to
the City of Fayetteville.
27.7. Duration of Insurance Obligations. McClelland Consulting Engineers, Inc. shall
maintain its professional insurance coverage required under this Agreement in force and
effect for a period not less than five years after the final acceptance of the project or the
completion of McClelland Consulting Engineers, Inc.'s services under this Agreement,
whichever comes later. Comprehensive General Liability Insurance Coverage required
under this Agreement shall be in full force and effect until the final acceptance or the
completion of McClelland Consulting Engineers, Inc.'s services, whichever comes later.
All other insurance shall be maintained in full force and effect until final acceptance of the
project or completion of McClelland Consulting Engineers, Inc.'s services, whichever
comes first.
27.8. McClelland Consulting Engineers, Inc.'s Insurance Primary. All insurance policies
maintained by McClelland Consulting Engineers, Inc. pursuant to this Agreement shall
provide that McClelland Consulting Engineers, Inc.'s insurance shall be primary and the
City of Fayetteville's own insurance shall be non-contributing.
27.9. Additional Insured. All liability insurance policies, except the professional liability
policy, maintained by McClelland Consulting Engineers, Inc. pursuant to this Agreement
21
shall be endorsed to include the City of Fayetteville, its officers, directors, managers,
employees, agents, assigns and representatives, individually and collectively, as
additional insured, and all property damage insurance shall be endorsed with a waiver of
subrogation by the insurer as to the City of Fayetteville.
28. DISPUTES AND CLAIMS
28.1. Notice of Potential Claim. Whenever a McClelland Consulting Engineers, Inc. deems
that any additional compensation is due, McClelland Consulting Engineers, Inc. shall
notify the City of Fayetteville in writing of its intention to make a claim for additional
compensation ("Notice of Potential Claim") before beginning the work that gives rise
to the claim.
28.2. Time & Manner for Submitting Claim. All disputes and claims shall first be submitted
in writing to the City of Fayetteville within 45 calendar days after the completion or
termination date. McClelland Consulting Engineers, Inc. hereby agrees that the
failure to submit the dispute or claim to the City of Fayetteville prior to 45 calendar
days after the completion or termination date shall constitute a waiver of the
dispute or claim.
28.3. Form. All disputes and claims must be submitted in writing and in sufficient detail to
permit the City of Fayetteville to determine the basis for entitlement and the actual
allowable costs incurred. Each claim must contain:
• A detailed factual statement of the claim providing all necessary dates, locations, and
items of work affected by the claim;
• The date the actions resulting in the claim occurred or conditions resulting in the
claim became evident;
• A copy of the "Notice of Potential Claim';
• The name, title, and activity of each City of Fayetteville's employee knowledgeable
about facts that gave rise to such claim;
• The name, title, and activity of each McClelland Consulting Engineers, Inc.,
Subcontractor, or employee knowledgeable about the facts that gave rise to the
claim;
• The specific provisions of the Agreement that support the claim and a statement why
such provisions support the claim;
• The identification and substance of any relevant documents, things, or oral
communications related to the claim;
• A statement whether the claim is based on provisions of the Agreement or an alleged
breach of the Agreement;
• If an extension of time is sought, the specific number of days sought and the basis for
the extension;
• The amount of additional compensation sought and a specific cost breakdown of the
amount claimed; and,
22
• Any other information or documents that are relevant to the claim.
28.4. Decision and Appeal. The decision of the City of Fayetteville shall be final and
conclusive.
28.5. Continued Performance. Pending final resolution of a dispute or claim, unless the
City of Fayetteville has terminated this Agreement pursuant to Section 18 or issued a
stop work order pursuant to Section 19, McClelland Consulting Engineers, Inc. shall
proceed diligently with the performance of this Agreement in accordance with the City of
Fayetteville's decisions.
28.6. The rights and remedies of the City of Fayetteville provided in this Section are in
addition to any other rights and remedies provided by law or under this Agreement, and
shall not constitute a waiver of any other such right or remedy. If the City of Fayetteville
decides the facts justify the action, the City of Fayetteville may, at its sole option and
discretion, receive and act upon a proposal, dispute, or claim submitted at any time
before final payment under this Agreement.
29. COVENANT AGAINST CONTINGENCY FEES
29.1. McClelland Consulting Engineers, Inc. warrants that no person or agency has been
employed or retained to solicit or obtain this Agreement upon an agreement or
understanding for a contingent fee, except a bona fide employee or agency. For breach
or violation of this warranty, the City of Fayetteville shall have the right to annul this
Agreement without liability or, in its discretion, to deduct from the Contract Price or
consideration, or otherwise recover, the full amount of the contingent fee.
29.2. Bona fide agency, as used in this Section, means an established commercial or
selling agency, maintained by McClelland Consulting Engineers, Inc. for the purpose of
securing business, that neither exerts nor proposes to exert improper influence to solicit
or obtain government contracts nor holds itself out as being able to obtain any
government contract or contracts through improper influence.
29.3. Bona fide employee, as used in this Section, means a person, employed by
McClelland Consulting Engineers, Inc. and subject to McClelland Consulting Engineers,
Inc.'s supervision and control as to time, place, and manner of performance, who neither
exerts nor proposes to exert improper influence to solicit or obtain government contracts
nor holds out as being able to obtain any government contract or contracts through
improper influence.
29.4. Contingent fee, as used in this Section, means any commission, percentage,
brokerage, or other fee that is contingent upon the success that a person or concern has
in securing a government contract.
29.5. Improper influence, as used in this Section, means any influence that induces or
tends to induce a government employee or officer to give consideration or to act
regarding a government contract on any basis other than the merits of the matter.
30. TITLE VI ASSURANCES (NONDISCRIMINATION)
During the performance of this Agreement, McClelland Consulting Engineers, Inc., for
itself, successors, and assigns, certifies and agrees as follows:
23
30.1. Compliance with Regulations. McClelland Consulting Engineers, Inc. shall comply with
the Regulations relative to Title VI (Nondiscrimination in Federally -assisted programs of
the Department of Transportation and its operating elements, especially Title 49, Code
of Federal Regulations, Part 21 and 23 Code of Federal Regulations, as amended, and
hereinafter referred to as the Regulations). These regulations are herein incorporated
by reference and made a part of this Agreement. Title VI provides that the recipients of
Federal financial assistance will maintain and implement a policy of nondiscrimination in
which no person shall, on the basis of race, color, national origin, sex, age, or disability,
be excluded from participation in, denied the benefits of, or subject to discrimination
under any program or activity by recipients of Federal financial assistance or their
assignees and successors in interest.
30.2. Nondiscrimination. McClelland Consulting Engineers, Inc., with regard to the work
performed by it during the term of this Agreement, shall not discriminate on the basis of
race, color, national origin, sex, age, or disability in the selection and retention of
subcontractors, including procurements of materials and leases of equipment.
McClelland Consulting Engineers, Inc. shall not participate either directly or indirectly in
the discrimination prohibited by Section 21.5 of the Regulations, including employment
practices when the agreement covers a program set forth in Appendix B of the USDOT
Regulations.
30.3. Solicitations for Subcontracts, Including Procurements of Material & Equipment. In all
solicitations, either by competitive bidding or negotiation, made by McClelland
Consulting Engineers, Inc. for work to be performed under a subcontract, including
procurements of materials or leases of equipment, each potential subcontractor or
supplier shall be notified by McClelland Consulting Engineers, Inc. of McClelland
Consulting Engineers, Inc.'s obligations under this Agreement and the Regulations
relative to nondiscrimination on the grounds of race, color, national origin, sex, age, or
disability.
30.4. Information and Reports. McClelland Consulting Engineers, Inc. shall provide all
information and reports required by the Regulations, or directives issued pursuant
thereto, and shall permit access to its books, records, accounts, other sources of
information, and its facilities by the City of Fayetteville, the AHTD, or the USDOT and its
Affiliated Modes to be pertinent to ascertain compliance with such regulations or
directives. Where any information required of McClelland Consulting Engineers, Inc. is
in the exclusive possession of another who fails or refuses to furnish this information,
McClelland Consulting Engineers, Inc. shall so certify to the City of Fayetteville, the
AHTD or the FHWA, as appropriate, and shall set forth what efforts it has made by
McClelland Consulting Engineers, Inc. to obtain the information.
30.5. Sanctions for Noncompliance. In the event of McClelland Consulting Engineers, Inc.'s
noncompliance with the nondiscrimination provisions of this Agreement, the City of
Fayetteville shall impose such contract sanctions as it, the AHTD, or the USDOT and its
Affiliated Modes may determine to be appropriate, including but not limited to,
withholding of payments to McClelland Consulting Engineers, Inc. under the Agreement
until McClelland Consulting Engineers, Inc. complies with the provisions and
cancellation, termination, or suspension of the Agreement, in whole or in part.
30.6. Incorporation of Provisions. McClelland Consulting Engineers, Inc. shall include the
terms and conditions of this section in every subcontract including procurements of
materials and leases of equipment, unless exempt by the Regulations, or directives
issued pursuant thereto. McClelland Consulting Engineers, Inc. shall take such action
with respect to any subcontract or procurement as the City of Fayetteville, the AHTD, or
USDOT and its Affiliated Modes may direct as a means of enforcing these terms and
conditions, including sanctions for noncompliance; provided, however that, in the event
24
McClelland Consulting Engineers, Inc. becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of any direction, McClelland
Consulting Engineers, Inc. may request the City of Fayetteville to enter into the litigation
to protect the interests of the State and litigation to protect the interest of the United
States.
31. DBE CLAUSE
31.1. McClelland Consulting Engineers, Inc. or subcontractor shall not discriminate on the
basis of race, color, national origin, sex, age, religion, or disability in the performance of
this Agreement. McClelland Consulting Engineers, Inc. shall comply with the applicable
requirements of 49 C.F.R. Part 26 and perform any actions necessary to maintain
compliance in the award and administration of DOT -assisted contracts. Failure by
McClelland Consulting Engineers, Inc. to comply with or perform these requirements is a
material breach of this Agreement, which may result in the cancellation, termination, or
suspension of this Agreement in whole or in part, or such other remedy that the City of
Fayetteville may determine appropriate.
31.2. McClelland Consulting Engineers, Inc. shall insert a clause containing all the terms of
this Section in all subcontracts under this Agreement.
32. TITLE II OF THE AMERICANS WITH DISABILITIES ACT (NONDISCRIMINATION)
32.1 McClelland Consulting Engineers, Inc. will comply with the provisions of the
Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act, Title VI of
the Civil Rights Act of 1964, FHWA Federal Aid Project Guidance, and any other
Federal, State, and/or local laws, rules and/or regulations.
32.2 McClelland Consulting Engineers, Inc., during the term of this Agreement, shall not
discriminate on the basis of race, color, sex, national origin, age, religion or disability, in
admission or access to and treatment in programs and activities associated with this
Agreement, or in the selection and retention of subcontractors, including procurement of
material and leases of equipment. McClelland Consulting Engineers, Inc. shall not
participate either directly or indirectly in any discrimination prohibited by the Regulations,
including employment practices.
32.3 In accordance with Section 504 regulations 49 C.F.R. Part 27.15, the City of
Fayetteville's Notice of Nondiscrimination is required in any bulletins, announcements,
handbooks, pamphlets, brochures, and any other publications associated with this
Agreement that are made available to the public, program participants, applicants or
employees.
33. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT,
AND OTHER RESPONSIBILITY MATTERS
33.1. McClelland Consulting Engineers, Inc. certifies, to the best of its knowledge and
belief, that-
33.1.1. McClelland Consulting Engineers, Inc. and any of its Principals-
33.1.1.1. Are not presently debarred, suspended, proposed for debarment, or
declared ineligible for the award of contracts by any federal or state agency;
25
33.1.1.2. Have not, within a 3-year period preceding this offer, been convicted of
or had a civil judgment 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) contract or subcontract; violation
of federal or state antitrust statutes relating to the submission of offers; or
commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
33.1.1.3. Are not presently indicted for, or otherwise criminally or civilly charged by
a governmental entity with, commission of any of the offenses enumerated in
Subsection 33.1.1.2; and,
33.1.1.4. McClelland Consulting Engineers, Inc. has not within a 3-year period
preceding this offer, had one or more contracts terminated for default by any
federal or state agency.
33.2. Principals, for the purposes of this certification, means officers; directors; City of
Fayettevilles; partners; and, persons having primary management or supervisory
responsibilities within a business entity (e.g., general manager; plant manager; head of a
subsidiary, division, or business segment, and similar positions). This certification
concerns a matter within the jurisdiction of an agency of the United States and the
making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under Section 1001, Title 18, United States Code, as well as any other
applicable federal and state laws.
33.3. McClelland Consulting Engineers, Inc. shall provide immediate written notice to the
City of Fayetteville if, at any time prior to contract award, McClelland Consulting
Engineers, Inc. learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.
33.4. The certification in Subsection 33.1 is a material representation of fact upon which
reliance was placed when making award. If it is later determined that McClelland
Consulting Engineers, Inc. knowingly rendered an erroneous certification, the City of
Fayetteville may terminate the contract resulting from this solicitation for default in
addition to any other remedies available to the City of Fayetteville.
34. MISCELLANEOUS
34.1. General Compliance with Laws. McClelland Consulting Engineers, Inc. shall comply
with all Federal, State, and local laws, regulations, and ordinances applicable to the
work, including but not limited to, the Americans with Disabilities Act and Occupational
Safety and Health Act as amended.
34.2. Registered Professional Engineer's Endorsement. All plans, specifications,
estimates, and engineering data provided by McClelland Consulting Engineers, Inc. shall
be endorsed and recommended by an authorized representative of McClelland
Consulting Engineers, Inc., who shall be a registered Professional Engineer licensed in
the State of Arkansas.
34.3. Choice of Law. This Agreement shall be governed by the laws of the State of
Arkansas without consideration of its choice of law provisions.
34.4. Choice of Forum. McClelland Consulting Engineers, Inc. agrees that any cause of
action stemming from or related to this Agreement, including but not limited to disputes
or claims arising under this Agreement, for acts or omissions in the performance,
26
suspension, or termination of this Agreement, whether sounding in contract or tort,
equity or law, may only be brought in the appropriate forum within State of Arkansas.
34.5. No Waiver of Immunity. The City of Fayetteville expressly does not waive any
defense of immunity that it may possess under either federal or state law, and no
provision in this Agreement shall be construed to constitute such a waiver in whole or in
part.
34.6. Conflicts Between Laws, Regulations, and Provisions. In the event of conflicting
provisions of law, the interpretation shall be governed by the following in this order, from
most controlling to least: Federal law and regulations, State law and regulations,
Department and FHWA Design Standards, and this Agreement.
34.7. Severability. If any term or condition of this Agreement shall be held invalid, illegal,
or unenforceable by a court of competent jurisdiction, all remaining terms of this
Agreement shall remain valid and enforceable unless one or both of the parties would be
materially prejudiced.
34.8. No -Waiver. The failure of the City of Fayetteville to strictly enforce any term of this
Agreement shall not be construed as a waiver of the City of Fayetteville's right to require
McClelland Consulting Engineers, Inc.'s subsequent performance of the same or similar
obligation or duty.
34.9. Modification and Merger. This written Agreement and any provisions incorporated by
reference reflect the entire agreement of the parties and may be modified only by the
express written agreement of both parties.
35. CERTIFICATION OF AUTHORIZED REPRESENTATIVES
35.1. This Agreement and the certifications contained herein or attached hereto constitute
the whole Agreement of the parties, and each party certifies that this Agreement and any
attached certification have been executed by their duly authorized representatives.
27
36. NOTICE
36.1. All notices, approvals, requests, consents, or other communications required or
permitted under this Agreement shall be addressed to either the City of Fayetteville's
Representative or McClelland Consulting Engineers, Inc.'s Representative, and mailed
or hand -delivered to:
36.1.1. To the City of Fayetteville's Representative:
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
36.1.2. To McClelland Consulting Engineers, Inc.:
McClelland Consulting Engineers, Inc.
1810 North College Avenue
P.O. Box 1229
Fayetteville, AR 72703/72702-1229
IN WITNESS WHEREOF, the parties execute this Agreement, to be effective upon the
date set out above.
McClelland Consulting Engineers, Inc.
BY:
Name
Title
City of Fay ttevill kansas
BY: ..�.�
am
tle
28
APPENDICES
APPENDIX A JUSTIFICATION OF FEES AND COSTS
APPENDIX B SUBCONTRACTS — Horner & Shifrin, Inc.
APPENDIX C STANDARD CERTIFICATIONS
APPENDIX D GENERAL AND DETAILED SCOPE OF WORK FOR
CONTROL SURVEYS, DESIGN SURVEYS, AND LAND
SURVEYS —
ce
Appendix A - Manhour Estimate Summary Sheet
Maple Street Bridge 01940 Bridge Replacement
Lafayette Street Bridge 01941 Bridge Replacement
Maple Street Tale 1 Professional Services
Direct Labor Costs
Topographic Survey
$
8,171.70
Boundary Survey and Easement Preparation
$
6,674.94
Geotechnicallnvestigation
$
4,342.85
Environmental Services
$
2,427.63
Design Services
$
12,035.27
Bid Services
$
585.33
Sub Total Labor Costs
$
34,237.72
Other Direct Costs
Drilling and Lab Testing
$
6,760.00
Environmental Consultant
$
5,000.00
Design Consultant - Horner & Shifrin, Inc. - Rehab Option
$
53,330.41
Design Consultant - Horner & Shifrin, Inc. - Slab Replacement & Analysis
$
20,548.49
Sub Total Direct Costs
$
85,638.90
Total Maple Street Title I Professional Services
$
119,876.62
Lafaye'„tte Street Title4-Pr OWServices ,
Direct Labor Costs
Topographic Survey
$
8,171.70
Boundary Survey and Easement Preparation
$
6,674.94
Geotechnicallnvestigation
$
4,363.55
Environmental Services
$
2,427.63
Design Services
$
16,751.68
Bid Services
$
585.33
Sub Total Labor Costs
$
38,974.83
Other Direct Costs
Drilling and Lab Testing
$
9,655.00
Environmental Consultant
$
5,000.00
Design Consultant - Horner & Shifrin, Inc. - Rehab Option
$
62,367.31
Design Consultant - Horner & Shifrin, Inc. - Slab Replacement & Analysis
$
14,170.50
Sub Total Direct Costs
$
91,192.81
Total Lafayette Street Title I Professional Services
$
130,167.64
Lafayet#e Street and Maple Street Title 11 Professlonal Services
u
Direct Labor Costs
Survey Control
$
7,682.88
Engineering Management Services
$
7,480.95
Sub Total Labor Costs
$
15,163.83
Other Direct Costs
GPS Survey Equipment
$
400.00
Mileage
$
25.50
Design Consultant - Horner & Shifrin, Inc.
$
13,411.96
Sub Total Direct Costs
$
13,837.46
Total Lafayette Street and Maple Street Title II Professional Services
$
29,001.29
Page 1 of 15
Appendix A - Title I Services - Consultant Topographic Survey
Maple Street Bridge 01940 Bridge Replacement
Manhower Estimate: Topographic Survey
Direct Labor Costs
-Estimated U
axlmum,
M_
Job Classification
Hours
Labor Rate,
,
Registered Land Surveyor
20
$
32.00
$
640.00
Field Survey (1 Man or Robotic)
24
$
24.00
$
576.00
Survey Technican
50
$
27.00
$
1,350.00
Clerical
0
$
20.00
$
-
$
Total Labor Hours
94
Subtotal Raw Labor
$
2,566.00
Forward Pricing
0.00%
$
-
Total Direct Salary
$
2,566.00
Overhead Rate - 184.34%
$
4,730.16
Subtotal Labor Plus Overhead
$
7,296.16
Professional Fee
$
875.54
Total Labor Costs
$
8,171.70
Detailed Other Direct Costs
Number of,
r
Units
Postage/Courier
Postage
oz.
$
0.44
$
Courier FedEX
ea.
$
21.00
$
Communications - Long Distance &
Conference Calls
$
$
Travel - Meetings
$
-
Mileage
mi.
$
0.51
$
-
Lodging
day
$
76.00
$
-
Food
day
$
39.00
$
-
Incidentals
day
$
5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$
0.05
$
-
8.5x11 Color
ea.
$
0.25
$
-
11x17 Black & White
ea.
$
0.10
$
-
11x17 Color
ea.
$
1.00
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
s.f.
$
0.09
$
-
Color Printing
s.f.
$
1.00
$
-
Black & White Scanning
s.f.
$
0.35
$
-
Color Scanning
s.f.
$
5.00
$
-
Mounting Boards (3/16")
s.f.
$
3.00
$
-
Laminating (Large Scale)
s.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
CADD Time
0 hrs.
$
17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
0 ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment
hrs. 1
$
50.00
$
-
Total Other Direct Costs
$
-
TOTAL COST
$
8,171.70
age z o
Appendix A - Title I Services - Consultant Topographic Survey
Lafayette Street Bridge 01941 Bridge Replacement
Manhower Estimate: Topographic Survey
Direct Labor Costs
Estimated
Maximum
Joli Classification
`Hours.,
Latior Rate ...
„
Registered Land Surveyor
20
$
32.00
$
640.00
Field Survey (1 Man or Robotic)
24
$
24.00
$
576.00
Survey Technican
50
$
27.00
$
1,350.00
Clerical
0
$
20.00
$
-
$
Total Labor Hours
94
Subtotal Raw Labor
$
2,566.00
Forward Pricing
0,00%
$
-
Total Direct Salary
$
2,566.00
Overhead Rate - 184.34%
$
4,730.16
Subtotal Labor Plus Overhead
$
7,296.16
Professional Fee
$
875.54
Total Labor Costs
$
8,171.70
Detailed Other Direct Costs
Number of .
:.
Units
Postage/Courier
Postage
oz.
$
0.44
$
Courier FedEX
ea.
$
21.00
$
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
Mileage
mi.
$
0.51
$
Lodging
day
$
76.00
$
Food
day
$
39.00
$
Incidentals
day
$
5.00
$
Printing/Reproduction
$
8.5x11 Black & White
ea.
$
0.05
$
8.5x11 Color
ea.
$
0.25
$
11x17 Black & White
ea.
$
0.10
$
11x17 Color
ea.
$
1.00
$
Black & White Card Stock
ea.
$
0.25
$
Color Card Stock
ea.
$
0.85
$
Black & White Printing
s.f.
$
0.09
$
Color Printing
s.f.
$
1.00
$
Black & White Scanning
s.f.
$
0.35
$
Color Scanning
s.f.
$
5.00
$
Mounting Boards (3/16")
s.f.
$
3.00
$
Laminating (Large Scale)
s.f.
$
1.50
$
Binding
ea.
$
2.00
$
Other Direct Costs
$
CADD Time
hrs.
$
17.00
$
AHTD Permit Review Fees
Lump Sum
$
SWPPP (City & State)
Lump Sum
$
Railroad Permit(s)
Lump Sum
$
County Filing Fees
ea.
$
20.00
$
Robotic Total Station
hrs.
$
50.00
$
GPS Survey Equipment
hrs.
1 $
50.00
1 $
Total Other Direct Costs
$
-
TOTAL COST
$
8,171.70
age s o
Appendix A - Title I Services - Consultant Boundary Survey & Easement Preparation
Maple Street Bridge 01940 Bridge Replacement
Manhower Estimate: Boundary Survey and Easement Preparation
Direct Labor Costs
Estimated
Maximum %s
Job Glassificatibn
Hours
„Lator
Rate
Registered Land Surveyor
40
$
32.00
$
1,280.00
Field Survey (1 Man or Robotic)
16
$
24.00
$
384.00
Survey Technican
16
$
27.00
$
432.00
Clerical
0
$
20.00
$
-
$
Total Labor Hours
72
Subtotal Raw Labor
$
2,096.00
Forward Pricing
0.00%
$
-
Total Direct Salary
$
2,096.00
Overhead Rate - 184.34%
$
3,863.77
Subtotal Labor Plus Overhead
$
5,959.77
Professional Fee
$
715.17
Total Labor Costs
$
6,674.94
Detailed Other Direct Costs
Number of
Units
Postage/Courier
Postage
oz.
$
0.44
$
-
Courier Fed EX
ea.
$
21.00
$
-
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
-
Mileage
mi.
$
0.51
$
-
Lodging
day
$
76.00
$
-
Food
day
$
39.00
$
-
Incidentals
day
$
5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$
0.05
$
-
8.5x11 Color
ea.
$
0.25
$
-
11x17 Black & White
ea.
$
0.10
$
-
11x17 Color
ea.
$
1.00
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
s.f.
$
0.09
$
-
Color Printing
s.f.
$
1.00
$
-
Black & White Scanning
s.f.
$
0.35
$
-
Color Scanning
s.f.
$
5.00
$
-
Mounting Boards (3/16")
s.f.
$
3.00
$
-
Laminating (Large Scale)
s.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
CADD Time
hrs.
$
17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment
hrs. 1
$
50.00 1
$
-
Total Other Direct Costs
$
-
TOTAL COST
$
6,674.94
age 40
Appendix A - Title I Services - Consultant Boundary Survey & Easement Preparation
Lafayette Street Bridge 01941 Bridge Replacement
Manhower Estimate: Boundary Survey and
Easement
Preparation
Direct Labor Costs
f
Esfimated
Maomum
Job ClassificationHours
,
L'ator Rate ,
Registered Land Surveyor
40
$
32.00
$
1,280.00
Field Survey (1 Man or Robotic)
16
$
24.00
$
384.00
Survey Technican
16
$
27.00
$
432.00
Clerical
0
$
20.00
$
-
$
Total Labor Hours
72
Subtotal Raw Labor
$
2,096.00
Forward Pricing
0.00%
$
-
Total Direct Salary
$
2,096.00
Overhead Rate - 184.34%
$
3,863.77
Subtotal Labor Plus Overhead
$
5,959.77
Professional Fee
$
715.17
Total Labor Costs
$
6,674.94
Detailed Other Direct Costs
Number of
Postage/Courier
Postage
oz.
$
0.44
$
Courier Fed EX
ea.
$
21.00
$
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
-
Mileage
mi.
$
0.51
$
-
Lodging
day
$
76.00
$
-
Food
day
$
39.00
$
-
Incidentals
day
$
5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$
0.05
$
-
8.5x11 Color
ea.
$
0.25
$
-
11x17 Black & White
ea.
$
0.10
$
-
11x17 Color
ea.
$
1.00
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
s.f.
$
0.09
$
-
Color Printing
s.f.
$
1.00
$
-
Black & White Scanning
s.f.
$
0.35
$
-
Color Scanning
s.f.
$
5.00
$
-
Mounting Boards (3/16")
s.f.
$
3.00
$
-
Laminating (Large Scale)
s.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
CADD Time
hrs.
$
17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
2 ea.
$
20.00
$
40.00
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment
I hrs.
1 $
50.00
$
-
Total Other Direct Costs
$
40.00
TOTAL COST
$
6,714.94
age o o
Appendix A - Title I Services - Consultant Geotechnical Investigation
Maple Street Bridge 01940 Bridge Replacement
Manhower Estimate: Geotechnical Investigation
Direct Labor Costs
;. Estimated v
Maximum
Job,Classification
Hours, .-
LatorRate ', ,
,
Principal Engineer
4
$
50.50
$
202.00
Geotech Engineer
8
$
41.40
$
331.20
Soils Lab Supervisor
5
$
21.50
$
107.50
Clerical
1
$
20.00
$
20.00
Draftsman
2
$
19.00
$
38.00
Soils Lab Technician
20
$
15.25
$
305.00
Engineering Technician
12
$
30.00
$
360.00
$
-
Total Labor Hours
52
Subtotal Raw Labor
$
1,363.70
Forward Pricing
0.00%
$
-
Total Direct Salary
$
1,363.70
Overhead Rate - 184.34%
$
2,513.84
Subtotal Labor Plus Overhead
$
3,877.54
Professional Fee
$
465.31
Total Labor Costs
$
4,342.85
Detailed Other Direct Costs
: Number of .,"
Units
Postage/Courier
Postage
oz.
$
0.44
$
Courier Fed EX
ea.
$
-
Communications - Long Distance &
Conference Calls
$
$
Travel - Meetings
$
-
Mileage
mi.
$
0.51
$
-
Lodging
day
$
-
Food
day
$
-
Incidentals
day
$
-
Drilling and Lab Testing
$
-
Boring Setup
ea.
$
50.00
$
-
Soil Drilling
If
$
10.00
$
-
Rock Drilling
If
$
15.00
$
-
Core Drilling
If
$
35.00
$
-
Moisture Content
ea.
$
15.00
$
-
Classification
ea.
$
120.00
$
-
Unconfined Compression
ea.
$
45.00
$
-
Chloride Tests
15 ea.
$
200.00
$
3,000.00
Half Cell Potential Test
2 ea.
$
1,700.00
$
3,400.00
Unit Weight
ea.
$
15.00
$
-
Core Machine - Bridge Deck
6 ea.
$
40.00
$
240.00
Core Machine - Roadway - 2"
4 ea.
$
30.00
$
120.00
ea.
$
-
Other Direct Costs
$
-
CADD Time
hrs.
$
17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment I
hrs. 1
$
50.00
$
-
Total Other Direct Costs
$
6,760.00
TOTAL COST
$
11,102.85
age to o
Appendix A - Title I Services - Consultant Geotechnical Investigation
Lafayette Street Bridge 01941 Bridge
Replacement
Manhower Estimate: Geotechnical
Investigation
Direct Labor Costs
Estimated `
Maximum ;
Classricaton
HrsJob
LaborRate-
Principal Engineer
2
$ 50.50
$
101.00
Geotech Engineer
8
$ 41.40
$
331.20
Soils Lab Supervisor
10
$ 21.50
$
215.00
Clerical
1
$ 20.00
$
20.00
Draftsman
2
$ 19.00
$
38.00
Soils Lab Technician
20
$ 15.25
$
305.00
Engineering Technician
12
$ 30.00
$
360.00
Total Labor Hours
55
Subtotal Raw Labor
$
1,370.20
Forward Pricing
0.00%
$
-
Total Direct Salary
$
1,370.20
Overhead Rate - 184.34%
$
2,525.83
Subtotal Labor Plus Overhead
$
3,896.03
Professional Fee
$
467.52
Total Labor Costs
$
4,363.55
Detailed Other Direct Costs
=Number of
0t
Postage/Courier
Postage
oz.
$ 0.44
$
Courier FedEX
ea.
$
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
Mileage
mi.
$ 0.51
$
Lodging
day
$
Food
day
$
Incidentals
day
$
Drilling and Lab Testing
$
-
Boring Setup
2 ea.
$ 50.00
$
100.00
Soil Drilling
25 If
$ 10.00
$
250.00
Rock Drilling
5 If
$ 15.00
$
75.00
Core Drilling
20 If
$ 35.00
$
700.00
Moisture Content
20 ea.
$ 15.00
$
300.00
Classification
8 ea.
$ 120.00
$
960.00
Unconfined Compression
8 ea.
$ 45.00
$
360.00
Chloride Tests
15 ea.
$ 200.00
$
3,000.00
Half Cell Potential Test
2 ea.
$ 1,700.00
$
3,400.00
Unit Weight
10 ea.
$ 15.00
$
150.00
Core Machine - Bridge Deck
6 ea.
$ 40.00
$
240.00
Core Machine - Roadway - 2"
4 ea.
$ 30.00
$
120.00
ea.
$
-
Other Direct Costs
$
CADD Time
hrs.
$ 17.00
$
AHTD Permit Review Fees
Lump Sum
$
SWPPP (City & State)
Lump Sum
$
Railroad Permit(s)
Lump Sum
$
County Filing Fees
ea.
$ 20.00
$
Robotic Total Station
hrs.
$ 50.00
$
GPS Surrey Equipment
I hrs.
1 $ 50.00
$
-
Total Other Direct Costs
$
9,655.00
TOTAL COST
$
14,018.55
rage / OT 10
Appendix A - Title I Services - Consultant Environmental Documentation
Maple Street Bridge 01940 Bridge Replacement
Manhower Estimate: Environmental
Services
Direct Labor Costs
Estimated .
Ma�nmum
Job Classification
Hours
Labor Rate
Principal Engineer
3
$
50,50
$
151.50
Project Engineer
12
$
41.40
$
496.80
Chief Draftsman
3
$
25.00
$
75.00
Draftsman
1
$
19.00
$
19.00
Clerical
1
$
20.00
$
20.00
$
-
Total Labor Hours
20
Subtotal Raw Labor
$
762.30
Forward Pricing
0.00%
$
-
Total Direct Salary
$
762.30
Overhead Rate- 184.34%
$
1,405.22
Subtotal Labor Plus Overhead
$
2,167.52
Professional Fee
$
260.10
Total Labor Costs
$
2,427.63
Detailed Other Direct Costs
Number of ,�
,
Unrts
Postage/Courier
Postage
oz.
$
0.44
$
Courier FedEX
ea.
$
21.00
$
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
Mileage
mi.
$
0.51
$
Lodging
day
$
76.00
$
Food
day
$
39.00
$
Incidentals
day
$
5.00
$
Printing/Reproduction
$
8.5x11 Black & White
ea.
$
0.05
$
8.5x11 Color
ea.
$
0.25
$
11 x1 7 Black & White
ea.
$
0.10
$
11 x1 7 Color
ea.
$
1.00
$
Black & White Card Stock
ea.
$
0.25
$
Color Card Stock
ea.
$
0.85
$
Black & White Printing
s.f.
$
0.09
$
Color Printing
s.f.
$
1.00
$
Black & White Scanning
s.f.
$
0.35
$
Color Scanning
s.f.
$
5.00
$
Mounting Boards (3/16")
s.f.
$
3.00
$
Laminating (Large Scale)
s.f.
$
1.50
$
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
Environmental Consultant
Lump Sum
$
5,000.00
$
5,000.00
CADD Time
hrs.
$
17.00
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment I
hrs. 1
$
50.00
$
-
Total Other Direct Costs
$
5,000.00
TOTAL COST
$
7,427.63
rage oaf 10
Appendix A - Title I Services - Consultant Environmental Documentation
Lafayette Street Bridge 01941 Bridge Replacement
Manhower Estimate: Environmental
Services
Direct Labor Costs
Estimated
Maximum
Job Classification
Hours
Labor Rate
Principal Engineer
3
$
50.50
$
151.50
Project Engineer
12
$
41.40
$
496.80
Chief Draftsman
3
$
25.00
$
75.00
Draftsman
1
$
19.00
$
19.00
Clerical
1
$
20.00
$
20.00
$
-
Total Labor Hours
20
Subtotal Raw Labor
$
762.30
Forward Pricing
0.00%
$
-
Total Direct Salary
$
762.30
Overhead Rate - 184.34%
$
1,405.22
Subtotal Labor Plus Overhead
$
2,167.52
Professional Fee
$
260.10
Total Labor Costs
$
2,427.63
Detailed Other Direct Costs
Number of
gum
:Units
Postage/Courier
Postage
oz.
$
0.44
$
Courier FedEX
ea.
$
21.00
$
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
-
Mileage
mi.
$
0.51
$
-
Lodging
day
$
76.00
$
-
Food
day
$
39.00
$
-
Incidentals
day
$
5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$
0.05
$
-
8.5x11 Color
ea.
$
0.25
$
-
11x17 Black & White
ea.
$
0.10
$
-
11x17 Color
ea.
$
1.00
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
s.f.
$
0.09
$
-
Color Printing
s.f.
$
1.00
$
-
Black & White Scanning
s.f.
$
0.35
$
-
Color Scanning
s.f.
$
5.00
$
-
Mounting Boards (3/16")
s.f.
$
3.00
$
-
Laminating (Large Scale)
s.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
Environmental Consultant
Lump Sum
$
5,000.00
$
5,000.00
CADD Time
hrs.
$
17.00
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment
I hrs.
1 $
50.00
1 $
-
Total Other Direct Costs
$
5,000.00
TOTAL COST
$
7,427.63
age ao
Appendix A - Title 1 Services - Consultant Design
Maple Street Bridge 01940 Bridge Replacement
Manhower Estimate: Design
Services
Direct Labor Costs
Estimated
Maximum
Job Classification
Hours
Labor Rate
Principal Engineer
28
$
50.50
$
1,414.00
Project Engineer
43
$
41.40
$
1,780.20
Chief Draftsman
5
$
25.00
$
125.00
Draftsman
20
$
19.00
$
380.00
Clerical
4
$
20.00
$
80.00
$
-
Total Labor Hours
100
Subtotal Raw Labor
$
3,779.20
Forward Pricing
0.00%
$
-
Total Direct Salary
$
3,779.20
Overhead Rate - 184.34%
$
6,966.58
Subtotal Labor Plus Overhead
$
10,745.78
Professional Fee
$
1,289.49
Total Labor Costs
$
12,035.27
Detailed Other Direct Costs
;Nurl berof
Units .
Postage/Courier
Postage
oz.
$
0.44
$
-
Courier FedEX
ea.
$
21.00
$
-
Communications - Long Distance &
Conference Calls
$
$
Travel - Meetings
$
-
Mileage
mi.
$
0.51
$
-
Lodging
day
$
76.00
$
-
Food
day
$
39.00
$
-
Incidentals
day
$
5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$
0.05
$
-
8.5x11 Color
ea.
$
0.25
$
-
11x17 Black & White
ea.
$
0.10
$
-
11x17 Color
ea.
$
1.00
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
s.f.
$
0.09
$
-
Color Printing
s.f.
$
1.00
$
-
Black & White Scanning
s.f.
$
0.35
$
-
Color Scanning
s.f.
$
5.00
$
-
Mounting Boards (3/16")
s.f.
$
3.00
$
-
Laminating (Large Scale)
s.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
Cadd Time
0 hrs.
$
17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment I
hrs. 1
$
50.00 1
$
-
Total Other Direct Costs
$
-
TOTAL COST
$
12,035.27
age i u o
Appendix A - Title I Services - Consultant Design
Maple Street Bridge 01940 Bridge Replacement
Manhower Estimate: Bid Services
Direct Labor Costs
R Estimated
Mazrmum
job,G(a"s"sifcatiop
Principal Engineer
2
$
50.50
$
101.00
Project Engineer
2
$
41.40
$
82.80
Chief Draftsman
$
25.00
$
-
Draftsman
$
19.00
$
Clerical
$
20.00
$
$
Total Labor Hours
4
Subtotal Raw Labor
$
183.80
Forward Pricing
0.00%
$
-
Total Direct Salary
$
183.80
Overhead Rate - 184.34%
$
338.82
Subtotal Labor Plus Overhead
$
522.62
Professional Fee
$
62.71
Total Labor Costs
$
585.33
Detailed Other Direct Costs
;Number of
Units
Postage/Courier
Postage
oz.
$
0.44
$
-
Courier FedEX
ea.
$
21.00
$
-
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
-
Mileage
mi.
$
0.51
$
-
Lodging
day
$
76.00
$
-
Food
day
$
39.00
$
-
Incidentals
day
$
5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$
0.05
$
-
8.5x11 Color
ea.
$
0.25
$
-
11x17 Black & White
ea.
$
0.10
$
-
11x17 Color
ea.
$
1.00
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
s.f.
$
0.09
$
-
Color Printing
s.f.
$
1.00
$
-
Black & White Scanning
s.f.
$
0.35
$
-
Color Scanning
s.f.
$
5.00
$
-
Mounting Boards (3/16")
s.f.
$
3.00
$
-
Laminating (Large Scale)
s.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
Cadd Time
hrs.
$
17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment I
hrs.
1 $
50.00
$
-
Total Other Direct Costs
$
-
TOTAL COST
$
585.33
age i i o
Appendix A - Title I Services - Consultant Design
Lafayette Street Bridge 01941 Bridge Replacement
Manhower
Estimate: Design
Services
Direct Labor Costs
Estimated
Maximum
Job Gassification
Hours . ,-
:Labor Rate.,; ;
Principal Engineer
38
$ 50.50
$
1,919.00
Project Engineer
58
$ 41.40
$
2,401.20
Chief Draftsman
10
$ 25.00
$
250.00
Draftsman
30
$ 19.00
$
570.00
Clerical
6
$ 20.00
$
1210.00
$
Total Labor Hours
142
Subtotal Raw Labor
$
5,260.20
Forward Pricing
0.00%
$
-
Total Direct Salary
$
5,260.20
Overhead Rate - 184.34%
$
9,696.65
Subtotal Labor Plus Overhead
$
14,956.85
Professional Fee
$
1,794.82
Total Labor Costs
$
16,751.68
Detailed Other Direct Costs
Number of
Units
Postage/Courier
Postage
oz.
$ 0.44
$
Courier Fed EX
ea.
$ 21.00
$
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
Mileage
mi.
$ 0.51
$
-
Lodging
day
$ 76.00
$
-
Food
day
$ 39.00
$
-
Incidentals
day
$ 5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$ 0.05
$
-
8.5x11 Color
ea.
$ 0.25
$
-
11x17 Black & White
ea.
$ 0.10
$
-
11x17 Color
ea.
$ 1.00
$
-
Black & White Card Stock
ea.
$ 0.25
$
-
Color Card Stock
ea.
$ 0.85
$
-
Black & White Printing
s.f.
$ 0.09
$
-
Color Printing
s.f.
$ 1.00
$
-
Black & White Scanning
s.f.
$ 0.35
$
-
Color Scanning
s.f.
$ 5.00
$
-
Mounting Boards (3/16")
s.f.
$ 3.00
$
-
Laminating (Large Scale)
s.f.
$ 1.50
$
-
Binding
ea.
$ 2.00
$
-
Other Direct Costs
$
-
CADD Time
0 hrs.
$ 17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$ 20.00
$
-
Robotic Total Station
hrs.
$ 50.00
$
-
GPS Survey Equipment I
hrs.
1 $ 50.00
1 $
-
Total Other Direct Costs
$
-
TOTAL COST
$
16,751.68
age iz o
Appendix A - Title 1 Services - Consultant Design
Lafayette Street Bridge 01941 Bridge Replacement
Manhower Estimate: Bid Services
Direct Labor Costs
Estimated';°
Maximum
Job Classification
Hours ..
;Labor Rate ':
Principal Engineer
2
$
50.50
$
101.00
Project Engineer
2
$
41.40
$
82.80
Chief Draftsman
$
25.00
$
-
Draftsman
$
19.00
$
-
Clerical
$
20.00
$
-
$
-
Total Labor Hours
4
Subtotal Raw Labor
$
183.80
Forward Pricing
0.00%
$
-
Total Direct Salary
$
183.80
Overhead Rate - 184.34%
$
338.82
Subtotal Labor Plus Overhead
$
522.62
Professional Fee
$
62.71
Total Labor Costs
$
585.33
Detailed Other Direct Costs
Number of ,
Units
Postage/Courier
Postage
oz.
$
0.44
$
-
Courier FedEX
ea.
$
21.00
$
-
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
-
Mileage
mi.
$
0.51
$
-
Lodging
day
$
76.00
$
-
Food
day
$
39.00
$
-
Incidentals
day
$
5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$
0.05
$
-
8.5x11 Color
ea.
$
0.25
$
-
11x17 Black & White
ea.
$
0.10
$
-
11x17 Color
ea.
$
1.00
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
s.f.
$
0.09
$
-
Color Printing
s.f.
$
1.00
$
-
Black & White Scanning
S.f.
$
0.35
$
-
Color Scanning
s.f.
$
5.00
$
-
Mounting Boards (3/16")
s.f.
$
3.00
$
-
Laminating (Large Scale)
s.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
CADD Time
hrs.
$
17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment I
hrs.
1 $
50.00
$
-
Total Other Direct Costs
$
-
TOTAL COST
$
585.33
age i s o
Appendix A - Title II Services - Consultant Survey Control
Maple St. 01940 and Lafayette St. 01941 Bridge
01941 Replacement
Manhower Estimate: Survey Control
Direct Labor Costs
Estimated
Maximum
Job'Classifcation ,"
Hours ".
Labor Rate'"
Registered Land Surveyor
20
$
32.00
$
640.00
Field Survey (1 man or Robotic)
56
$
24.00
$
1,344.00
Survey Technican
16
$
27.00
$
432.00
Clerical
0
$
20.00
$
-
$
-
Total Labor Hours
92
Subtotal Raw Labor
$
2,416.00
Forward Pricing
0.00%
$
-
Total Direct Salary
$
2,416.00
Title II Multipler 3.18
$
7,682.88
Total Labor Costs
$
7,682.88
Detailed Other Direct Costs
Number of .
Units
Postage/Courier
Postage
oz.
$
0.44
$
-
Courier FedEX
ea.
$
21.00
$
-
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
-
Mileage
mi.
$
0.51
$
-
Lodging
day
$
76.00
$
-
Food
day
$
39.00
$
-
Incidentals
day
$
5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$
0.05
$
-
8.5x11 Color
ea.
$
0.25
$
-
11x17 Black & White
ea.
$
0.10
$
-
11 x17 Color
ea.
$
1.00
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
s.f.
$
0.09
$
-
Color Printing
s.f.
$
1.00
$
-
Black & White Scanning
s.f.
$
0.35
$
-
Color Scanning
s.f.
$
5.00
$
-
Mounting Boards (3/16")
s.f.
$
3.00
$
-
Laminating (Large Scale)
s.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
CADD Time
0 hrs.
$
17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment
8 hrs.
1 $
50.00
$
400.00
Total Other Direct Costs
$
400.00
TOTAL COST
$
8,082.88
Appendix A - Title II Services - Consultant Engineering Management Services
Maple St. 01940 and Lafayette St. 01941 Bridge
01941 Replacement
Manhower Estimate:
Engineering Management Services
Direct Labor Costs
Estimated ,
M,aximurrf'
�`'
Job Classification `.
Hours _
Labor Rate
Principal Engineer
10
$
50.50
$
505.00
Project Engineer
25
$
41.40
$
1,035.00
Construction Observer
10
$
31.25
$
312.50
Clerical
25
$
20.00
$
500.00
$
-
Total Labor Hours
70
Subtotal Raw Labor
$
2,352.50
Forward Pricing
0.00%
$
-
Total Direct Salary
$
2,352.50
Tiltle II Multiplier 3.18
$
7,480.95
Total Labor Costs
$
7,480.95
Detailed Other Direct Costs
s
- '-:Number of
Units
Postage/Courier
Postage
oz.
$
0.44
$
-
Courier Fed EX
ea.
$
21.00
$
-
Communications - Long Distance &
$
$
Conference Calls
Travel - Meetings
$
-
Mileage
50 mi.
$
0.51
$
25.50
Lodging
day
$
76.00
$
-
Food
day
$
39.00
$
-
Incidentals
day
$
5.00
$
-
Printing/Reproduction
$
-
8.5x11 Black & White
ea.
$
0.05
$
-
8.5x11 Color
ea.
$
0.25
$
-
11x17 Black & White
ea.
$
0.10
$
-
11x17 Color
ea.
$
1.00
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
s.f.
$
0.09
$
-
Color Printing
s.f.
$
1.00
$
-
Black & White Scanning
s.f.
$
0.35
$
-
Color Scanning
s.f.
$
5.00
$
-
Mounting Boards (3/16")
s.f.
$
3.00
$
-
Laminating (Large Scale)
s.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment
hrs.
$
50.00
$
-
Total Other Direct Costs
$
25.50
TOTAL COST
$
7,506.45
Appendix A - Title I Services - Sub Consultant Design
Maple Street Bridge 01940 Bridge Replacement
Manhower Estimate: Design Services - Rehab Option
Direct Labor Costs
MMti
EstimatedJlaxim+
;
Professional II
6
$ 6822
$ 409.32
Professional III
79
$ 57.71
$ 4,559.09
Professional IV
133 -
$ 49:18=
$ 6,540.94
Professional VI
77
$ 36.26 `
$ 2,715.02
Technician II
104
$ 3321
$ 3,453.84
Clericalll
6
$ 32.04-'
$ 192.24
$ -
Total Labor Hours 405
Subtotal Raw Labor $ 17,870.45
Forward Pricing 0.00% $ -
Total Direct Salary $ 17,870.45
Overhead Rate - 154.87% $ 27,675.97
Subtotal Labor Plus Overhead $ 45,546.42
Professional Fee $ 5,465.57
Total Labor Costs $ 51,011.99
Detailed Other Direct Costs
S
Nutntler, of�r
� y3
Postage/Courier
Postage
oz.
$ 0.44
$ -
Courier FedEX
ea.
$ 21•.00'
$ -
Communications - Long Distance &
Conference Calls
$
$
Travel - Meetings
$
Mileage
1796 mi.
$ 0.555
$ 996.78
Lodging
5 day
$ 90.00
$ 450.00
Food
5 day
$ 46.00
$ 230.00
Incidentals
5 day
$ 5.00
$ 25.00
Printing/Reproduction
$ -
8.5x11 Black & White
ea.
$ 0.08.
$ -
8.5x11 Color
ea.
$ 0.49 <
$ -
11x17 Black & White
40 ea.
$ 0.16`
$ 6.40
11 x17 Color
ea.
$ 0`.75 ;
$ -
Black & White Card Stock
ea.
$ 0.25`
$ -
Color Card Stock
ea.
$ 0.85;
$ -
Black & White Printing
s.f.
$ 0.25
$ -
Color Printing
s.f.
$ 1.00
$ -
Black & White Scanning
s.f.
$ 0.35'
$ -
Color Scanning
s.f.
$ 5.00
$ -
Mounting Boards (3/16")
s.f.
$ 300
$ -
Laminating (Large Scale)
s.f.
$ 1..50
$ -
Binding
ea.
$ 2.00
$ -
Other Direct Costs
$ -
Small Inspection Tools
$ 100.00
$ -
CADD Time
hrs.
$ 17.00
$ -
AHTD Permit Review Fees
Lump Sum
$ -
SWPPP (City & State)
Lump Sum
$ -
Railroad Permit(s)
Lump Sum
$ -
County Filing Fees
ea.
$ 20.00 `
$ -
Robotic Total Station
hrs.
$ 5000
$ -
GPS Survey Equipment
hrs. 1
$ 50.00
$ -
Total Other Direct Costs $ 1,708.18
TOTAL COST $ 52,720.17
Page 1 of 7
Appendix A - Title I Services - Sub Consultant Design
Maple Street Bridge 01940 Bridge Replacement
Manhower Estimate: Design Services - Additional Hours for Replace Slab
Direct Labor Costs
afeda7laxpsa
v%yy"'�,.ry
��
%��
2'
"u✓v
Professionalll
0
$ 6822
$ -
Professional III
0
$ 57.71 `
$
Professional IV
54
$ 49.18
$ 2,655.72
Professional VI
110
$ 35.26'<
$ 3,878.60
Technician II
20
$ 33.21'
$ 664.20
Clerical II
0 -
$ 32.04
$ -
Is -
Total Labor Hours 184
Subtotal Raw Labor $ 7,198.52
Forward Pricing 0.00% $ -
Total Direct Salary $ 7,198.52
Overhead Rate- 154.87% $ 11,148.35
Subtotal Labor Plus Overhead $ 18,346.87
Professional Fee $ 2,201.62
Total Labor Costs $ 20,548.49
Detailed Other Direct Costs
1
g 5N
Postage/Courier
Postage
oz.
$ 0.44
$ -
Courier FedEX
ea.
$ 21.00'
$ -
Communications - Long Distance &
Conference Calls
$ -
$ -
Travel - Meetings
$ -
Mileage
mi.
$ 0.555
$ -
Lodging
day
$ 90.00
$ -
Food
day
$ 46.00'
$ -
Incidentals
day
$ 5.00
$ -
Printing/Reproduction
$ -
8.5x11 Black & White
ea.
$ 008
$ -
8.5x11 Color
ea.
$ 0.49'
$ -
11x17 Black & White
ea.
$ 0.16
$ -
11x17 Color
ea.
$ 0.75'
$ -
Black & White Card Stock
ea.
$ 0.25 `
$ -
Color Card Stock
ea.
$ 085`
$ -
Black & White Printing
s.f.
$ 025
$ -
Color Printing
s.f.
$ 100
$ -
Black & White Scanning
s.f.
$ 0.35
$ -
Color Scanning
s.f.
$ 5.00
$ -
Mounting Boards (3/16")
s.f.
$ 3.00"
$ -
Laminating (Large Scale)
s.f.
$ 1.50
$ -
Binding
ea.
$ 2.00;
$ -
Other Direct Costs
$ -
Small Inspection Tools
$ 100.00
$ -
CADD Time
hrs.
$ 17.00
$ -
AHTD Permit Review Fees
Lump Sum
$ -
SWPPP (City & State)
Lump Sum
$ -
Railroad Permit(s)
Lump Sum
$ -
County Filing Fees
ea.
$ 20.00
$ -
Robotic Total Station
hrs.
$ 50.00
$ -
GPS Survey Equipment
hrs.
$ 50.00
$ -
Total Other Direct Costs $ -
TOTAL COST $ 20,548.49
Page 2 of 7
Appendix A - Title I Services - Sub Consultant Design
Maple Street Bridge 01940 Bridge Replacement
Manhower Estimate: Bid Services
Direct Labor Costs
r r� �� x
Estmate%��
iak�rrriMR.
;
my
JoClafaion m. , µ s
_` Hours x
aaW?ate�
w rl t
Professionalll
$ 6822
$ -
Professionallll
2
$ 57.71.
$ 115.42
Professional IV
2
$ 49.18
$ 98.36
Professional VI
$ 35.26 `
$ -
Technician II
$ 33.21>
$ -
Clerical
$ 32.04`
$ -
$ -
Total Labor Hours 4
Subtotal Raw Labor $ 213.78
Forward Pricing 0.00% $ -
Total Direct Salary $ 213.78
Overhead Rate - 154.87% $ 331.08
Subtotal Labor Plus Overhead $ 544.86
Professional Fee $ 65.38
Total Labor Costs $ 610.24
Detailed Other Direct Costs
Number of
rr c$
r
r
Postage/Courier
Postage
oz.
$ 044;
$ -
Courier FedEX
ea.
$ 21.00'
$ -
Communications - Long Distance &
Conference Calls
$ -
$ -
Travel - Meetings
$ -
Mileage
mi.
$ 0.555
$ -
Lodging
day
$ 90.00
$ -
Food
day
$ 46.00-
$ -
Incidentals
day
$ 500;
$
Printing/Reproduction
$ -
8.5x11 Black & White
ea.
$ 008
$ -
8.5x11 Color
ea.
$ 0.49 i
$ -
11x17 Black & White
ea.
$ 0.16
$ -
11 x17 Color
ea.
$ 0.75
$ -
Black & White Card Stock
ea.
$ 0.25 .
$ -
Color Card Stock
ea.
$ 0.85
$ -
Black & White Printing
s.f.
$ 0.25
$ -
Color Printing
s.f.
$ 1.00
$ -
Black & White Scanning
s.f.
$ 0.35
$ -
Color Scanning
s.f.
$ 5.00
$ -
Mounting Boards (3/16")
s.f.
$ 3.00-
$ -
Laminating (Large Scale)
s.f.
$ 150;
$ -
Binding
ea.
$ 200;
$ -
Other Direct Costs
$ -
Small Inspection Tools
$ 100.00
$ -
CADD Time
0 hrs.
$ 17.00
$ -
AHTD Permit Review Fees
Lump Sum
$ -
SWPPP (City & State)
Lump Sum
$ -
Railroad Permit(s)
Lump Sum
$ -
County Filing Fees
ea.
$ 2000.`
$ -
Robotic Total Station
hrs.
$ 50.00 `
$ -
GPS Survey Equipment
hrs. 1
$ 50.00 1
$ -
Total Other Direct Costs $ -
TOTAL COST $ 610.24
Page 3 of 7
Appendix A - Title I Services - Sub Consultant Design
Lafayette Street Bridge 01941 Bridge
Replacement
Manhower Estimate:
Design Services - Rehab Option
Direct Labor Costs
sk
', E fiffi" WE y3
1 �,axq
W11
i 06
al,
Professional 11
7
$
68.22
$
477.54
Professional 111
82
$
57.71
$
4,732.22
Professional IV
159
$
49.18
$
7,819.62
Professional VI
109'
$
35.26
$
3,843.34
Technician 11
120
$,
33.21
$
3,985.20
Clerical
6
$
32.04
$
192.24
Total Labor Hours
483
Subtotal Raw Labor
$
21,050.16
Forward Pricing
0.00%
$
-
Total Direct Salary
$
21,050.16
Overhead Rate - 154.87%
$
32,600.38
Subtotal Labor Plus Overhead
$
53,650.54
Professional Fee
$
6,438.07
Total Labor Costs
$
60,088.61
Detailed Other Direct Costs
g, g
of p�
Number d
am"
7, g ---p, 'g"g-g-,
IS
Postage/Courier
Postage
oz.
$
0.44
$
Courier (FedEX)
ea.
$
21.00
$
Communications - Long Distance &
Conference Calls
$
-
$
-
Travel - Meetings
$
-
Mileage
1796 mi.
$
0.555
$
996.78
Lodging
4 day
$
90.00
$
360.00
Food
4 day
$
46.00
$
184.00
Incidentals
4 day
$
5.00
$
20.00
Printing/Reproduction
$
-
8.5xl 1 Black& White
ea.
$
0.08
$
8.5x11 Color
ea.
$
0.49
$
-
11 x1 7 Black & White
48 ea.
$
0.16
$
7.68
11 x1 7 Color
ea.
$
0.75
$
-
Black & White Card Stock
ea.
$
0.25
$
-
Color Card Stock
ea.
$
0.85
$
-
Black & White Printing
S.f.
$
0.25
$
-
Color Printing
S.f.
$
1.00
$
-
Black & White Scanning
S.f.
$
0.35
$
-
Color Scanning
S.f.
$
5.00
$
-
Mounting Boards (3/16")
S.f.
$
3.00
$
-
Laminating (Large Scale)
S.f.
$
1.50
$
-
Binding
ea.
$
2.00
$
-
Other Direct Costs
$
-
Small Inspection Tools
1 Is
$
100.00
$
100.00
CADD Time
0 hrs.
$
17.00
$
-
AHTD Permit Review Fees
Lump Sum
$
-
SWPPP (City & State)
Lump Sum
$
-
Railroad Permit(s)
Lump Sum
$
-
County Filing Fees
ea.
$
20.00
$
-
Robotic Total Station
hrs.
$
50.00
$
-
GPS Survey Equipment
hrs. 1$
50.00 1
$
-
Total Other Direct Costs
$
1,668.46
TOTAL COST
$
61,757.07
Page 4 of 7
Appendix A - Title 1 Services - Sub Consultant Design
Lafayette Street Bridge 01941 Bridge Replacement
Manhower Estimate: Design Services - Additional Hours for Replace Slab
Direct Labor Costs
a
f�
r� Es#irnated��Nlximur
t�
n 19
Job�CJasia�n
Professional II
0 "
$ 68.22
$ -
Professional III
0
$ 5771
$
Professional IV
34
$ 49.18
$ 1,672.12
Professional VI
66
$ 35.26
$ 2,327.16
Technician II
28 ;
$ 33:21"
$ 929.88
Clerical
0
$ 32.04
$ -
$ -
Total Labor Hours 128
Subtotal Raw Labor $ 4,929.16
Forward Pricing 0.00% $ -
Total Direct Salary $ 4,929.16
Overhead Rate - 154.87% $ 7,633.79
Subtotal Labor Plus Overhead $ 12,562.95
Professional Fee $ 1,507.55
Total Labor Costs $ 14,070.50
Detailed Other Direct Costs
Nurber:of
f
z ,. a z - „r_a°<z_ k.4 a �,i':.:�?,:„xs,..
Ul11tS . r'`:.,�.'�ie•.
✓r x..,:
F
.�.. a...z.,N✓......,-..:
Postage/Courier
Postage
oz.
$ 0.44
$ -
Courier FedEX
ea.
$ 21`00,
$ -
Communications - Long Distance &
Conference Calls
$ -
$
Travel - Meetings
$ -
Mileage
mi.
$ 0.555
$ -
Lodging
day
$ 90.00
$ -
Food
day
$ 46.00,
$ -
Incidentals
day
$ 5.00 (
$ -
Printing/Reproduction
$ -
8.5x11 Black & White
ea.
$ 0.68'
$ -
8.5x11 Color
ea.
$ 0.49
$ -
11x17 Black & White
ea.
$ 0.16
$ -
11x17 Color
ea.
$ 0.75
$ -
Black & White Card Stock
ea.
$ 0.25`'
$ -
Color Card Stock
ea.
$ 0.85
$ -
Black & White Printing
s.f.
$ 0.25
$ -
Color Printing
s.f.
$ 1.00
$ -
Black & White Scanning
s.f.
$ 0.35
$ -
Color Scanning
s.f.
$ 5.00
$ -
Mounting Boards (3/16")
s.f.
$ 3.00
$ -
Laminating (Large Scale)
s.f.
$ 1.50
$ -
Binding
ea.
$ 2.00
$ -
Other Direct Costs
$ -
Small Inspection Tools
1 Is
$ 100.00
$ 100.00
CADD Time
0 hrs.
$ 17.00
$ -
AHTD Permit Review Fees
Lump Sum
$ -
SWPPP (City & State)
Lump Sum
$ -
Railroad Permit(s)
Lump Sum
$ -
County Filing Fees
ea.
$ 20.00
$ -
Robotic Total Station
hrs.
$ 50.00 `
$ -
GPS Survey Equipment
hrs.
$ 50.00
$ -
Total Other Direct Costs $ 100.00
TOTAL COST $ 14,170.50
Page 5 of 7
Appendix A - Title I Services - Sub Consultant Design
Lafayette Street Bridge 01941 Bridge Replacement
Manhower Estimate: Bid Services
Direct Labor Costs
0
-►a�xim , M 0
you-'°�„,':�
0� � � ti� '� h
_ '",� ✓r
loassapn_ours...�
u_
Labor ,1e�
Professionalll
$ 6822
$ -
Professional III
2
$ 57.71 s
$ 115.42
Professional IV
2
$ 49.18
$ 98.36
Professional VI
$ 3526
$ -
Technician II
$ 33.21
$ -
Clerical
$ 3204
$ -
$ -
Total Labor Hours 4
Subtotal Raw Labor $ 213.78
Forward Pricing 0.00% $ -
Total Direct Salary $ 213.78
Overhead Rate - 154.87% $ 331.08
Subtotal Labor Plus Overhead $ 544.86
Professional Fee $ 65.38
Total Labor Costs $ 610.24
Detailed Other Direct Costs
MR
z.,!"=:S'£w.. af".rL lc',o2',u.L.ow fx �'_J.em.e�� £,`w':'s
,mt-✓_.emu
..»> N'"S»...m s=ti^�
F..,��..v' ,r�.z.>--e
Postage/Courier
Postage
oz.
$ 0.44,'
$ -
Courier FedEX
ea.
$ 21.00;
$ -
Communications - Long Distance &
Conference Calls
$ -
$ -
Travel - Meetings
$ -
Mileage
mi.
$ 0.555
$ -
Lodging
day
$ 90.00;
$ -
Food
day
$ 46.00
$ -
Incidentals
day
$ 500
$ -
Printing/Reproduction
$ -
8.5x11 Black & White
ea.
$ 0.08
$ -
8.5x11 Color
ea.
$ 0.49
$ -
11x17 Black & White
ea.
$ 0:16-
$ -
11x17 Color
ea.
$ 075`
$ -
Black & White Card Stock
ea.
$ 0.25
$ -
Color Card Stock
ea.
$ 085
$ -
Black & White Printing
s.f.
$ 0.25
$ -
Color Printing
s.f.
$ 1.00
$ -
Black & White Scanning
s.f.
$ 0.35
$ -
Color Scanning
s.f.
$ 5.00
$ -
Mounting Boards (3/16")
s.f.
$ 3.00
$ -
Laminating (Large Scale)
s.f.
$ 1.50;
$ -
Binding
ea.
$ 2.00;
$ -
Other Direct Costs
$ -
Small Inspection Tools
day
$ 100.00
$ -
CADD Time
0 hrs.
$ 17.00
$ -
AHTD Permit Review Fees
Lump Sum
$ -
SWPPP (City & State)
Lump Sum
$ -
Railroad Permit(s)
Lump Sum
$ -
County Filing Fees
ea.
$ 20.00
$ -
Robotic Total Station
hrs.
$ 50.00`,
$ -
GPS Survey Equipment
hrs.
$ 50.00,'
$ -
Total Other Direct Costs $ -
TOTAL COST $ 610.24
Page 6 of 7
Appendix A - Title 11 Services - Sub Consultant Engineering Management Services
Maple St. 01940 and Lafayette St. 01941 Bridge 01941 Replacement
Manhower Estimate: Engineering Management Services
Direct Labor Costs
0
$ 68.22
$ -
Professionala11
Professionallll
38
$ 57.71
$ 2,192.98
Professional IV
34
$ 49.16
$ 1,672.12
Professional VI
20
$ 35.26
$ 705.20
Technician II
0
$ 33.21
$ -
Clericalll
4
$ 32.04'
$ 128.16
$ -
Total Labor Hours 96
Subtotal Raw Labor $ 4,698.46
Forward Pricing 0.00% $ -
Total Direct Salary $ 4,698.46
Title II Multiplier - 2.85 $ 13,411.96
Total Labor Costs $ 13,411.96
Detailed Other Direct Costs
lNOmber of
Y"
ir'rt Yi'f
n
irgJ
h
Postage/Courier
Postage
oz.
$ 0.44
$ -
Courier Fed EX
ea.
$ 21.00'
$ -
Communications - Long Distance &
Conference Calls
$ -
$
Travel - Meetings
$ -
Mileage
mi.
$ 0.555
$ -
Lodging
day
$ 90.00'
$ -
Food
day
$ 46.00
$ -
Incidentals
day
$ 5.00;;
$ -
Printing/Reproduction
$ -
8.5x11 Black & White
ea.
$ 0.08 `
$ -
8.5x11 Color
ea.
$ 0.49
$ -
11x17 Black & White
ea.
$ 0.16;
$ -
11 x17 Color
ea.
$ 0.75"
$ -
Black & White Card Stock
ea.
$ 0.25
$ -
Color Card Stock
ea.
$ 0.85;
$ -
Black & White Printing
s.f.
$ -0.25`
$ -
Color Printing
s.f.
$ 1.00>
$ -
Black & White Scanning
s.f.
$ 0.35
$ -
Color Scanning
s.f.
$ 5.00
$ -
Mounting Boards (3/16")
s.f.
$ 3.00 ,
$ -
Laminating (Large Scale)
s.f.
$ 1.50'
$ -
Binding
ea.
$ 2.00'
$ -
Other Direct Costs
$ -
AHTD Permit Review Fees
Lump Sum
$ -
SWPPP (City & State)
Lump Sum
$ -
Railroad Permit(s)
Lump Sum
$ -
County Filing Fees
ea.
$ 20.00
$ -
Robotic Total Station
hrs.
$ 50.00'
$ -
GPS Survey Equipment
hrs.
$ 50.00 ,
$ -
Total Other Direct Costs $ -
TOTAL COST $ 13,411.96
Page 7 of 7
ME X J
SUBCONSULTANT AGREEMENT
JOB NO. 040618
Maple St. & Lafayette St. Bridge Restoration
FEDERAL AID PROJECT ("FAP") NO. BRN-9142(29)
1. SUBCONSULTANT AGREEMENT
1.1. The services to be performed under this Subconsultant Agreement will be performed
in connection with the Agreement for Engineering Services ("Prime Agreement")
between McClelland Consulting Engineers, Inc. and the City of Fayetteville, Arkansas
("Owner") for Job No. 040618, dated tY\0X()A, 6, ?W3. McClelland Consulting
Engineers, Inc. ("Consultant') and Horner & Shifrin, Inc. ("Subconsultant") hereby agree
that Horner & Shifrin, Inc. shall perform the professional and related services as
described herein. In consideration for the performance of the professional services
McClelland Consulting Engineers, Inc. agrees to compensate (and reimburse, if
applicable) Horner & Shifrin, Inc. in the manner and at the rate(s) provided herein.
1.2. The definitions of the Prime Agreement, and its provisions relating to the obligations,
duties, and rights of subcontractors, or which are otherwise required to be inserted into
any subcontracting agreements, are deemed to be part of, and are hereby incorporated
by reference into, this Subconsultant Agreement and made binding upon Horner &
Shifrin, Inc.
2. DESCRIPTION OF PROJECT AND SERVICES TO BE PROVIDED
Title 1 Services:
2.1 Design
• Prepare project design criteria and submit to AHTD for review before preliminary
design work to obtain design exemptions where necessary to retain the original
elements and design. Design exemptions will be based on coordination with the
State Historic Preservation Office (SHPO). AHTD Standard Specifications for
Highway Construction will be used.
• Complete site visit for visual verification of previous bridge inspection.
• Comply with any requirements to maintain historical integrity of the structures.
• Develop an engineering design for the bridge restoration, Submit design plans for
review by the City of Fayetteville and AHTD at the 3.0%, 60%, and 90% stages.
Submit an updated cost estimate with each design review.
o Maple Street Bridge Design Scope
■ Replace overlay
■ Replace deck drains
■ Repair superstructure and substructure concrete
■ Replace sidewalk
■ Replace only damaged sections of bridge rail using original plans
to replicate original sections. Concrete color should not match —
per SHPO
■ If testing indicates and the City of Fayetteville authorizes, provide
plans for replacement of the slab, including an analysis of
construction loads
■ Replace light fixtures at rail end posts using original plans to
replicate original fixtures
■ Complete load rating analysis for new slab (if applicable and
authorized by the City of Fayetteville) and additional load of
sidewalk/railing/overlay
o Lafayette Street Bridge Design Scope
■ Replace overlay
■ Replace expansion joints
■ Replace abutment bearings
■ Repair superstructure and substructure concrete
■ Replace sidewalk
■ Replace only damaged sections of bridge rail using original plans
to replicate original sections. Concrete color should not match —
per SHPO
■ Replace light fixtures at rail end posts using original plans to
replicate original fixtures If testing indicates, provide plans for
replacement of the superstructure, including an analysis of
construction loads
■ Complete load rating analysis for new slab (if applicable and the
City of Fayetteville Authorizes) and additional load of
sidewalk/railing/overlay
■ Replace or repair leaning wall at SW corner of approach using
original plans to replicate existing wall — design completed by
Horner and Shifrin, Inc. and construction drawings to be
completed by McClelland Consulting Engineers, Inc.
■ If testing indicates and the City of Fayetteville authorizes, provide
plans for replacement of the slab, including an analysis of
construction loads.
Title 2 Services:
2.2 Engineering Management Services
• Review of shop drawings and submittals, as requested.
• Provide design related solutions to construction problems and issues that may arise
during construction.
3. COSTS, FEES, PAYMENTS AND RATE SCHEDULES
3.1 Schedule of Salary Ranges
Labor Classification
Labor Rate Range
Professional 1
$70.00 — 77.00
Professional II
$62.02 — 68.22
Professional III
$46.85 — 57.71
Professional IV
$38.91 — 49.18
Professional V
$33.48 — 37.71
Professional VI
$27.45 — 35.26
Professional VII
$21.92 — 28.96
Technician 1
$33.65 — 37.02
Technician II
$26.83 — 33.21
Technician 111
$21.13 — 23.24
Technician IV
$15.43 —16.97
Word Processor 11
$19.64 — 21.60
Clerical 11
$29.13 — 32.04
4. COMPENSATION SUBJECT TO LIMITATIONS OF FEDERAL AND STATE LAW
4.1. The Project (as defined in the Prime Agreement), part of which is to be performed
under this Subconsultant Agreement, is a federally -assisted project and federal funds
will be used, in part, to pay McClelland Consulting Engineers, Inc. and Subconsultant.
Therefore, notwithstanding any provision of this Subconsultant Agreement or the Prime
2
Agreement, all payments, costs, and expenditures are subject to the requirements and
limitations of 48 C.F.R. Part 31, including those relating to determination of indirect cost
rates, if applicable. Horner & Shifrin, Inc. shall certify the accuracy of all invoices,
requests for payment, and cost rates (if applicable), along with supporting
documentation and any supporting information or records provided prior to, during, or
after the term of this Subconsultant Agreement.
5. COMMISSION AHTD AND FHWA AS THIRD PARTY BENEFICIARIES
5.1. This Subconsultant Agreement is between and binding upon only McClelland
Consulting Engineers, Inc. and Horner & Shifrin, Inc.. The Commission, AHTD, and
FHWA are not parties to this Subconsultant Agreement, but are expressly made third -
party beneficiaries of this Subconsultant Agreement and shall be entitled to enforce any
obligation of Horner & Shifrin, Inc. owed to McClelland Consulting Engineers, Inc.. No
provision of this Subconsultant Agreement or the Prime Agreement, nor the exercise of
any right thereunder, shall be construed as creating any obligation or any liability on the
part of, or operating as a waiver of any immunity of, the Commission, the AHTD, the
FHWA, or any of their employees, officers, or agents.
5.2. Horner & Shifrin, Inc.'s sole recourse, if any, for any injury arising under or related to
this Subconsultant Agreement, the performance of services hereunder, or compensation
or claims hereunder, shall be against McClelland Consulting Engineers, Inc..
5.3. The Disputes and Claims provisions of the Prime Agreement shall not apply to this
Subconsultant Agreement.
6. COVENANT AGAINST CONTINGENCY FEES
6.1. Horner & Shifrin, Inc. warrants that no person or agency has been employed or
retained to solicit or obtain this Subconsultant Agreement upon an agreement or
understanding for a contingent fee, except a bona fide employee or agency. For breach
or violation of this warranty, the AHTD and McClelland Consulting Engineers, Inc. shall
have the right to annul this Subconsultant Agreement without liability or, in its discretion,
to deduct from the Contract Price or consideration, or otherwise recover, the full amount
of the contingent fee.
6.2. Bona fide agency, as used in this section, means an established commercial or
selling agency, maintained by Horner & Shifrin, Inc. for the purpose of securing
business, that neither exerts nor proposes to exert improper influence to solicit or obtain
government contracts nor holds itself out as being able to obtain any government
contract or contracts through improper influence.
6.3. Bona fide employee, as used in this section, means a person, employed by Horner &
Shifrin, Inc. and subject to Horner & Shifrin, Inc.'s supervision and control as to time,
place, and manner of performance, who neither exerts nor proposes to exert improper
influence to solicit or obtain government contracts nor holds out as being able to obtain
any government contract or contracts through improper influence.
6.4. Contingent fee, as used in this section, means any commission, percentage,
brokerage, or other fee that is contingent upon the success that a person or concern has
in securing a government contract.
3
6.5. Improper influence, as used in this section, means any influence that induces or
tends to induce a government employee or officer to give consideration or to act
regarding a government contract on any basis other than the merits of the matter.
7. TITLE VI ASSURANCES (NONDISCRIMINATION)
During the performance of this Subconsultant Agreement, the Horner & Shifrin, Inc., for
itself, successors, and assigns, certifies and agrees as follows:
7.1. Compliance with Regulations. Horner & Shifrin, Inc. shall comply with the Regulations
relative to Title VI (Nondiscrimination in Federally -assisted programs of the Department
of Transportation and its operating elements, especially Title 49, Code of Federal
Regulations, Part 21 and 23 Code of Federal Regulations, as amended, and hereinafter
referred to as the Regulations). These regulations are herein incorporated by reference
and made a part of this Subconsultant Agreement. Title VI provides that the recipients
of Federal financial assistance will maintain and implement a policy of nondiscrimination
in which no person shall, on the basis of race, color, national origin, sex, age, or
disability, be excluded from participation in, denied the benefits of, or subject to
discrimination under any program or activity by recipients of Federal financial assistance
or their assignees and successors in interest.
7.2. Nondiscrimination. Horner & Shifrin, Inc., with regard to the work performed by it
during the term of this Subconsultant Agreement, shall not discriminate on the basis of
race, color, national origin, sex, age, or disability in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. Horner &
Shifrin, Inc. shall not participate either directly or indirectly in any discrimination
prohibited by Section 21.5 of the Regulations, including employment practices when the
agreement covers a program set forth in Appendix B of the USDOT Regulations.
7.3. Solicitations for Subcontracts, Including Procurements of Material & Equipment. In
all solicitations, either by competitive bidding or negotiation, made by Horner & Shifrin,
Inc. for work to be performed under a subcontract, including procurement of materials or
leases of equipment, each potential subcontractor or supplier shall be notified by Horner
& Shifrin, Inc. of Horner & Shifrin, Inc.'s obligations under this Subconsultant Agreement
and the Regulations relative to nondiscrimination on the grounds of race, color, national
origin, sex, age, or disability.
7.4. Information and Reports. Horner & Shifrin, Inc. shall provide all information and
reports required by the Regulations, or directives issued pursuant thereto, and shall
permit access to its books, records, accounts, other sources of information, and its
facilities as may be determined by the City of Fayetteville, the AHTD or the USDOT and
its Affiliated Modes to be pertinent to ascertain compliance with such regulations and
directives. Where any information required of McClelland Consulting Engineers, Inc. is
in the exclusive possession of another who fails or refuses to furnish this information,
Horner & Shifrin, Inc. shall so certify to the City of Fayetteville, the AHTD, or the USDOT
and its Affiliated Modes, as appropriate, and shall set forth what efforts it has made by
Horner & Shifrin, Inc. to obtain the information.
7.6. Sanctions for Noncompliance. In the event of Horner & Shifrin, Inc.'s noncompliance
with the nondiscrimination provisions of this Subconsultant Agreement, the City of
Fayetteville shall impose such contract sanctions as it, the AHTD, or the USDOT and its
Affiliated Modes may determine to be appropriate, including but not limited to,
withholding of payments to McClelland Consulting Engineers, Inc. or Horner & Shifrin,
Inc. under the Agreement until Horner & Shifrin, Inc. complies with the provisions and/or
cancellation, termination, or suspension of Horner & Shifrin, Inc. Agreement, in whole or
4
in part. Incorporation of Provisions. Horner & Shifrin, Inc. shall include the terms and
conditions of this section in every subcontract including procurements of materials and
leases of equipment, unless exempt by the Regulations, or directives issued pursuant
thereto. Horner & Shifrin, Inc. shall take such action with respect to any subcontract or
procurement as the City of Fayetteville, the AHTD, or USDOT and its Affiliated -Modes
may direct as a means of enforcing such provisions, including sanctions for
noncompliance; provided, however that, in the event Horner & Shifrin, Inc. becomes
involved in, or is threatened with, litigation with a subcontractor or vendor as a result of
any direction, Horner & Shifrin, Inc. may request the City of Fayetteville, or the AHTD, to
enter into the litigation to protect the interests of the State and litigation to protect the
interest of the United States.
8. DBE CLAUSE
8.1. Horner & Shifrin, Inc. shall not discriminate on the basis of race, color, national origin,
sex, age, religion, or disability in the performance of this Subconsultant Agreement.
Horner & Shifrin, Inc. shall comply with the applicable requirements of 49 C.F.R. Part 26
and perform any actions necessary to maintain compliance in the award and
administration of DOT -assisted contracts. Failure by Horner & Shifrin, Inc. to comply with
or perform these requirements is a material breach of this Subconsultant Agreement,
which may result in the cancellation, termination, or suspension of this Subconsultant
Agreement in whole or in part, or such other remedy that the AHTD may determine
appropriate.
8.2. Prompt Payment. Horner & Shifrin, Inc. shall pay its subcontractors, if any, for
satisfactory performance of their subcontracts within 30 days of receipt of each payment
by the AHTD to Horner & Shifrin, Inc. Any retainage payments held by Horner & Shifrin,
Inc. must be returned to the subcontractor within 30 days after the subcontractor's work is
completed. Failure to comply with this provision shall be considered a Default by Horner
& Shifrin, Inc.. If Horner & Shifrin, Inc. fails to comply with this provision, in addition to
any other rights or remedies provided under this Subconsultant Agreement, the AHTD, at
its sole option and discretion, may:
• make payments directly to the subcontractor and offset such payments, along with
any administrative costs incurred by the AHTD, against reimbursements or payments
otherwise due Horner & Shifrin, Inc.;
• notify any sureties; and/or,
• withhold any or all reimbursements or payments otherwise due to Horner & Shifrin,
Inc. until Horner & Shifrin, Inc. ensures that the subcontractors have been and will be
promptly paid for work performed.
8.3. Horner & Shifrin, Inc. shall insert a clause containing all the terms of this section in all
subcontracts under this Subconsultant Agreement.
9. TITLE II OF THE AMERICANS WITH DISABILITIES ACT (NONDISCRIMINATION)
9.1 Horner & Shifrin, Inc. will comply with the provisions of the Americans with Disabilities
Act (ADA), Section 504 of the Rehabilitation Act, Title VI of the Civil Rights Act of 1964,
FHWA Federal Aid Project Guidance, and any other Federal, State, and/or local laws,
rules and/or regulations.
5
9.2 Horner & Shifrin, Inc., during the term of this Agreement, shall not discriminate on the
basis of race, color, sex, national origin, age, religion or disability, in admission or
access to and treatment in programs and activities associated with this Agreement, or in
the selection and retention of subcontractors, including procurement of material and
leases of equipment. McClelland Consulting Engineers, Inc. shall not participate either
directly or indirectly in any discrimination prohibited by the Regulations; including
employment practices.
9.3 In accordance with Section 504 regulations 49 C.F.R. Part 27.15, the City of
Fayetteville's Notice of Nondiscrimination is required in any bulletins, announcements,
handbooks, pamphlets, brochures, and any other publications associated with this
Agreement that are made available to the public, program participants, applicants or
employees.
10. CERTIFICATION REGARDING DEBARMENT SUSPENSION PROPOSED DEBARMENT
AND OTHER RESPONSIBILITY MATTERS
10.1. Horner & Shifrin, Inc. certifies, to the best of its knowledge and belief, that-
10.1.1. Horner & Shifrin, Inc. and any of its Principals-
10.1.1.1. Are not presently debarred, suspended, proposed for debarment, or
declared ineligible for the award of contracts by any federal or state agency;
10.1.1.2. Have not, within a 3-year period preceding this offer, been convicted of
or had a civil judgment 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) contract or subcontract; violation
of federal or state antitrust statutes relating to the submission of offers; or
commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
10.1.1.3. Are not presently indicted for, or otherwise criminally or civilly charged by
a governmental entity with, commission of any of the offenses enumerated in
subsection 10.1.1.2; and,
10.1.1.4. Horner & Shifrin, Inc. has not within a 3-year period preceding this offer,
had one or more contracts terminated for default by any federal or state
agency.
10.2. Principals, for the purposes of this certification, means officers; directors; City of
Fayettevilles; partners; and, persons having primary management or supervisory
responsibilities within a business entity (e.g., general manager; plant manager; head of a
subsidiary, division, or business segment, and similar positions). This certification
concerns a matter within the jurisdiction of an agency of the United States and the
making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under section 1001, title 18, United States Code, as well as any other
applicable federal and state laws.
10.3. Horner & Shifrin, Inc. shall provide immediate written notice to the AHTD if, at any
time prior to contract award, Horner & Shifrin, Inc. learns that its certification was
erroneous when submitted or has become erroneous by reason of changed
circumstances.
1*1
10.4. The certification in subsection 10.1 is a material representation of fact upon which
reliance was placed when making award. If it is later determined that Horner & Shifrin,
Inc. knowingly rendered an erroneous certification, the AHTD may terminate the contract
resulting from this solicitation for default in addition to any other remedies available to
the AHTD.
11. NOTICE
11.1. All notices, approvals, requests, consents, or other communications required or
permitted under this Agreement shall be mailed or hand -delivered to:
11.1.1. To Horner & Shifrin, Inc.:
Horner & Shifrin, Inc.
5200 Oakland Avenue
St. Louis, MO 63110-1490
11.1.2. To McClelland Consulting Engineers, Inc.:
McClelland Consulting Engineers, Inc.
1810 North College Avenue
P.O. Box 1229
Fayetteville, AR 72703/72702-1229
IN WITNESS WHEREOF, the parties execute this Subconsultant Agreement, to be
effective m Q/yF,4. 5 , 2 b 13
McClelland Consulting Engineers, Inc.
BY:
Name
�O/�Es��✓T, �yF77s✓a���..
Title
Horn wI
Ho �.
ame
Title
APPENDIX C State Job No. 040618
C-1 Federal Aid Project No. BRN-9142(29)
CERTIFICATION OF MCCLELLAND CONSULTING ENGINEERS INC.
I hereby certify that I, Daniel Barnes, am the President, Fayetteville, Office and duly authorized
representative of the firm of McClelland Consulting Engineers, Inc. whose headquarters address is 900 West
Markham, Little Rock, AR 72201 and that neither I nor the above firm I here represent has:
(a) employed or retained for a commission, brokerage, contingent fee, or other considerations, any
firm or person (other than a bona fide employee working solely for me) to solicit or secure this contract,
(b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out the contract, or
(c) paid or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me) any fee contribution, donation or consideration of any kind for, or in connection
with, procuring or carrying out the contract;
(d) included any costs which are not expressly allowable under the cost principles of the FAR of 48
CFR 31, whether direct or indirect. All known material transactions or events that have occurred
affecting the firm's ownership, organization and indirect cost rates have been disclosed.
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Arkansas State Highway and
Transportation Department and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this contract involving participation of Federal Aid Highway Funds, and is subject to
applicable State and Federal laws, both criminal and civil.
Furthermore, as a recipient of Federal Aid Highway Funds, I certify and hereby agree to the
conditions of Title VI Assurances as outlined in Section 31 of this Agreement and shall insert the Notice of
Nondiscrimination Statement as shown below in all solicitation of work or procurement of materials or
equipment.
NOTICE OF NONDISCRIMINATION STATEMENT
The Firm of McClelland Consulting Engineers, Inc. ("Consultant"), complies with all civil rights provisions of
federal statutes and related authorities that prohibited discrimination in programs and activities receiving
federal financial assistance. Therefore, McClelland Consulting Engineers, Inc. does not discriminate on the
basis of race, sex, color, age, national origin, or disability, in the admission, access to and treatment in
McClelland Consulting Engineers, Inc.'s programs and activities, as well as McClelland Consulting Engineers,
Inc.'s hiring or employment practices. Complaints of alleged discrimination and inquiries regarding
McClelland Consulting Engineers, Inc.'s nondiscrimination policies may be directed to Andrea
McGhee(ADA/504/Title VI Coordinator), P.O. Box 34087 Little Rock, AR 72203, 501-3764522. (Voice/TTY
711), or, the following email address: amcghee@mcclelland-engrs.com.
This notice is available from the ADA/504/Title VI Coordinator in large print, on audiotape and in Braille.
Authorized Firm Representative
Date
all
APPENDIX C State Job No. 040618
C-1 Federal Aid Project No. BRN-9142(29)
CERTIFICATION OF CONSULTANT
hereby certify that I, Duane Siegfried, am the President and duly authorized representative of the firm of Horner
& Shifrin, Inc.whose headquarters address is 5200 Oakland Ave., St. Louis, MO 63110-1490, and that neither I nor the
above firm I here represent has:
(a) employed or retained for a commission, brokerage, contingent fee, or other considerations, any firm or
person (other than a bona fide employee working solely for me) to solicit or secure this contract,
(b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out the contract, or
(c) paid or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely
for me) any fee contribution, donation or consideration of any kind for, or in connection with, procuring or
carrying out the contract;
(d) included any costs which are not expressly allowable under the cost principles of the FAR of 48 CFR 31,
whether direct or indirect. All known material transactions or events that have occurred affecting the firm's
ownership, organization and indirect cost rates have been disclosed.
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Arkansas State Highway and Transportation
Department and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract
involving participation of Federal Aid Highway Funds, and is subject to applicable State and Federal laws, both criminal
and civil.
Furthermore, as a recipient of Federal Aid Highway Funds, I certify and hereby agree to the conditions of Title VI
Assurances as outlined in Section 31 of this Agreement and shall insert the Notice of Nondiscrimination Statement as
shown below in all solicitation of work or procurement of materials or equipment.
NOTICE OF NONDISCRIMINATION STATEMENT
[Provided by Consultant(Subconsultant. A sample is shown below.]
Horner & Shifrin, Inc. ("Consultant"), complies with all civil rights provisions of federal statutes and related
authorities that prohibited discrimination in programs and activities receiving federal financial assistance.
Therefore, the Consultant does not discriminate on the basis of race, sex, color, age, national origin, or
disability, in the admission, access to and treatment in Consultant's programs and activities, as well as the
Consultant's hiring or employment practices. Complaints of alleged discrimination and inquiries regarding the
Consultant's nondiscrimination policies may be directed to Duane Siegfried (ADA/504/Title VI Coordinator),
5200 Oakland Ave., St. Louis, MO 63110-1490, (Voice/TTY 711), or, the following email address:
dsiegfried@horn rshifrin.com.
8t�e� U)13
Authon2ETrI-ir r eta ' Date
APPENDIX C State Job No. 040618
C-3 Federal Aid Project No. BRN-9142(29)
CERTIFICATION OF CITY OF FAYETTEVILLE, ARKANSAS
I hereby certify that I am the Mayor of the City of Fayetteville, Arkansas and that the
aforementioned consulting firm or its representative has not been required, directly or indirectly as
an express or implied condition in connection with obtaining or carrying out this contract to:
(a) employ or retain, or agree to employ or retain, any firm or person, or
(b) pay, or agree to pay, to any firm, person, or organization, any fee contributions
donation, or consideration of any kind:
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Arkansas Highway and
Transportation Department and the Federal Highway Administration, U.S. Department of
Transportation, in connection with this contract involving participation of Federal -Aid Highway
Funds, and is subject to applicable State and Federal laws, both criminal and civil.
33 7,,�3 _
Date
ayor, City of F ttev e, Arkan as
31
Arkansas Highway and Transportation Department
APPENDIX D
General and Detailed Scope of Work
For
CONTROL SURVEYS, DESIGN SURVEYS, AND LAND SURVEYS
The sections that follow will apply to a specific project based on the type of services
specified in theprojectoverview. -- - -- The required procedures for all surveying tasks are documented in Requirements and
Procedures for Control Surveys, Design Surveys and Land Surveys, prepared by the
Surveys Division, will be called the Surveys Manual throughout the remainder of this
general scope of work. The most current Surveys Manual is to be used regardless of the
start date of a survey project.
A copy of the most current version of the Surveys Manual is available on the AHTD's
internet file transfer (ftp) site at:
ftp://www.arkansashi,,Ihways.coinlouLv_oinglsurvevslsurveys manuals.html
or
http://www.arkansashigliways.com/manuals/manuals.aspx
General Information
• Accuracy of measurements —All measurement data shall be consistent with the
standards specified for the control survey task in the Surveys Manual or as
specified by Surveys Division. Distances are to be measured and displayed on
drawings to two (2) decimal places for projects in U.S. Foot. Bearings shall be
displayed to the second. Horizontal and vertical angles shall be measured with an
instrument capable of reading angles with a minimum accuracy of five seconds
(5") and recorded to one second (1"). Coordinates shall be displayed and copied
to disk to the fourth decimal place as a minimum to avoid bearing and distance
round off when inversing between data points.
• The work shall be done in a professional and workmanlike manner satisfactory to
the Owner, and except in the matter of advising the Consultant/Surveyor
(Surveyor) what work is to be done and the results that are expected to be
obtained, the Owner shall have no supervision over the Surveyor or any of his
employees. The Surveyor shall direct the work himself, using the methods
prescribed by the Owner to accomplish it and shall represent the will of the
Owner as to the results of his work.
• The Surveyor shall be a Professional Surveyor (PS) in the State of Arkansas and
certified to perform the requested task/s. All services performed by the surveyor
shall be in compliance with Arkansas laws and regulations governing the practice
Page 1 of 24 of Appendix D
of Professional Surveyors and with all Federal, State and Local laws, regulations
and ordinances applicable to the work.
• All surveys are to be performed using Grid Coordinates based on the Arkansas
State Plane Coordinate System Zone in which the project is located.
Note: Current procedure requires all grid coordinates be projected to ground
coordinates, based on the combination adjustment factor assigned by or approved
by the AHTD, for project design. This shall be a specific task if it is part of a
contract for work to be performed.
• When entering or crossing private property, which is the case on many of the
surveys, the Surveyor shall contact the property owner. If personal contact cannot
be made, a copy of the notification form shall be left in an "easy to be seen"
location on the property. This form is found in the Surveys Manual.
• The information on the control flag shall be marked as specified in the Surveys
Manual.
• The Surveyor shall inform the Owner when fieldwork has started on the project.
During the course of the project a progress report shall be sent to the Owner each
Thursday, indicating the percentage of the work completed. The report can be
faxed to the Surveys Division at (501) 569-2344 or e-mailed to the Surveys
Division Staff Person specified in the Task Order.
• All data collection and processing shall be done using the AASHTOWare
SDMS° Collector and AASHTOWare ° SDMS a Processor, respectively. The
software will be furnished to Surveyor currently certified to perform surveys for
the AHTD under the site license held by the AHTD from AASHTO to use said
software. The Surveyor shall comply with all legal requirements of AASHTO
while using the software.
• All field AASHTOWare° SDMS° data files (PRJ & EDI) for the field work
completed each day shall be submitted to the Surveys Division Office via email
on a daily basis. These files are to be sent to:
• surveysuppor-tgarkansashighwa sy com.
• Processed data files shall be archived and submitted to the Surveys Division
Office via email on a weekly basis. The archive shall include all files imported
into, edited in, and developed by SDMS Processor. These files are to be sent to
mailto:surveysupportagarkansashi hwa sue.
• All raw and calculated data shall be submitted electronically in the required
formats on compact disk (CD) or emailed to the Surveys Division Staff Person
specified in the Task Order upon completion of the project.
• Accounting Procedures — See Appendix D-1
Page 2 of 24 of Appendix D
Section I - Control Surveys
The project consists of performing Control Surveys for the Arkansas State Highway
Commission acting by and through its Director of Highways and Transportation,
hereinafter called the Owner, for the tasks (individual job numbers) listed in Table I,
Control Surveys (Task Projects) for GPS Collection; Table II, Control Surveys (Task
Projects) for Photogrammetry Mapping Control; Table III, Control Surveys (Task
Projects) for Vertical Control; and Table IV, Control Surveys (Task Projects) for
Horizontal Control.
Work on these tasks is intended to commence on the date specified in the Task Order.
Work is to be completed and submitted no later than the date listed for each task order.
Ample time shall be scheduled and adequate resources dedicated to the project to
complete the Control Surveys by the submittal date. Completion includes submittal of
100% of Control Surveys.
1. General Information
The following information shall apply to all phases of Control Surveys.
1.1 For all parts of the project and all sections that follow, more details and
requirements can be found in the Surveys Manual.
1.2 All surveys shall be reported in U. S. Foot unless specified otherwise.
1.3 Survey control used and established shall comply with AHTD requirements
for the type of work being performed.
Note: Hubs and tacks shall not be used for any purpose on this project.
1.4 Survey operations shall be conducted with due regard to the safety of
personnel and equipment. Contact with the airport traffic control tower is
mandatory during surveys at any controlled airports.
1.5 The Surveys Manual includes the following:
• File Naming Procedures
• Software Requirements
• Point Numbering
• Feature Codes
• Survey Procedures for Control Surveys
• AASHTOWareo SDMS° Configuration
• AASHTOWare a SDMS° Sequences
1.6 Checklist - A hard copy and/or electronic copy (.doc or .docx) of the
checklists and inventory sheets in Appendix F of the Surveys Manual shall be
submitted.
1.7 The following information will be furnished by the AHTD:
• One (1) copy of a location sketch, showing task project location;
• One (1) copy of an aerial photo covering the task project location;
Page 3 of 24 of Appendix D
• One (1) copy of NGS Vertical Sheets for area around each task project
location;
• One (1) copy of GPS Control Data Forms for each task project
location; and,
1.8 Any horizontal or vertical control work that requires using techniques other
than GPS shall be collected and processed using AASHTOWare° SDMS°
Collector and AASHTOWare0 SDMS° Processor, respectively, and using
procedures required by the AHTD. Current procedures required can be
reviewed in the Surveys Manual____
1.9 Data shall be furnished to the AHTD as specified in the Surveys Manual as
follows:
• Collection data shall be in AASHTOWare R SDMS° .PRJ format.
• Edited data shall be in AASHTOWare" SDMS° .EDI format.
• Processed SDMS formatted data shall be in the AASHTOWare°
SDMS° .PAC format
• Control Point data shall be in AASHTOWare'i SDMS° .CTL format
• Static GPS data shall be in RINEX Q.10 format.
• RTK GPS data shall be in TRA413LE® .DC format.
• Calculated RTK GPS data shall be in AASHTOWare° SDMS° .CAL
format.
1.10 Proposals submitted shall include the following:
• The estimated level of effort in man-hours
• Hourly rate by classification
• Overhead costs
• Expenses
• Total cost
1.10.1 Additional information to be included with proposals includes:
• A list of the make and model of levels and level rods to be used for
this project, if applicable.
• A list of the make and model of total stations to be used for this
project, if applicable.
• A list of the make and model of GPS equipment to be used for this
project, if applicable.
2. Static GPS
2.1 This part of the project consists of obtaining and submitting GPS Collection
for Control Surveys, as detailed in the Surveys Manual as follows:
2.1.1 This survey shall observe the GPS Control stations along the task projects as
listed in Table I, Control Surveys (Task Projects) for GPS Collection.
2.1.2 Static GPS techniques, approved by the AHTD, shall be used for this purpose.
Page 4 of 24 of Appendix D
2.1.3 The Owner, prior to the start of the task project, shall set all GPS Control
points in Arkansas. The Surveyor shall set all GPS Control points outside of
the State Boundary.
2.1.3.1 All GPS control points shall consist of pairs of inter -visible points. One point
shall be designated the station monument and one as an azimuth mark.
2.1.3.2 All GPS control points set shall consist of a 5/8" rebar with a 2 %2" aluminum
cap. These caps will be furnished by the Department. Sufficient length of
rebar shall be used to provide stability for the soil conditions encountered for
---- -- each point set with a minimum length of 48". Each point shall be stamped -------
according to the AHTD marking and numbering system.
2.1.4 Global Positioning System (GPS) shall be used to establish survey control on
the task project. It shall be established from first order (1:100,000) NGS
Geodetic Survey control points, Arkansas High Accuracy Regional Network
points, and Continuous Operating Reference Stations (CORS) in the area
based on NAD 83 (1997). First order (1:100,000) accuracy shall be
maintained on all baselines. Procedures for GPS shall comply with those set
out in Geometric Geodetic Standard and Specifications for using
Relative Positioning Techniques, by the Federal Geodetic Control Committee,
version 5.0 (Reprinted 8/l/1989), or later.
2.1.5 Data from the AHTD and other NGS National CORS in the region shall be
used in the processing.
2.1.6 All data processing shall be done by AHTD or as specified in the task order.
2.1.7 The observing scheme shall be arranged so that for each station, the start time
of one of the observing sessions shall be at least four (4) hours different from
the other two. The observing scheme shall be arranged to ensure that adjacent
stations are directly connected in at least one observing session, and at least
half of all base lines are repeated. Three (3) sessions of two (2) hours each
shall be observed on each control point. In order to provide a check, the
equipment shall be broken down and reset with a minimum of 30 minutes
between the three sessions.
2.1.8 A typical schedule for static GPS data collection can be found in the Surveys
Manual.
2.1.9 Each station shall be occupied at least three times - twice at one observing
window and once at the other. Adjacent stations shall be directly connected in
at least one observing session, and at least one-half of all base lines shall be
repeated. The CORS base lines shall be repeated. CORS data shall be used
throughout the task project.
NOTE: The observation schedule shall be provided to the Owner at the
beginning of each task project and whenever the Surveyor revises the
observation schedule.
The GPS receivers and antennae shall be of geodetic quality collecting full -
wavelength Ll/L2 Dual Frequency data and they shall be set to track satellites
Page 5 of 24 of Appendix D
down to a 15-degree elevation angle or lower. Data collection shall be
accomplished as specified in the field utilizing a dual -frequency receiver in
the compressed mode at a minimum of 15-second epoch collection interval.
The model of the antenna used for observations shall be on the list of
calibrated/modeled antenna by the National Geodetic Survey which can be
found at: htt2://www.ngs.noaa.gov/ANTCAL/index.shtml.
• The GPS system used shall produce Receiver Independent Exchange
(Rinex) Version 2.10 data format which can be found at:
htlp://www.n,gs.noaa.gov/CORS/rinex2lO.txt. The Surveyor shall
provide the raw GPS data in the manufacturer's native format and in
the RINEX v2.10 format.
• The receivers used for network surveys shall record the full wave-
length carrier phase and signal strength of both the Ll and L2
frequencies, and track at least eight satellites simultaneously on
parallel channels. Dual frequency instruments are required for all
baselines. Receivers should have sufficient memory and battery power
to record six (6) hours of data at 15-second epochs.
2.1.10 Special Requirements - Antenna set-up is critical to the success of this task.
Fixed -height tripods are preferred for all receivers. The plumbing bubbles on
the antenna pole of the fixed -height tripod shall be shaded when plumbing is
performed. They shall be shaded for three (3) minutes before checking and/or
re -plumbing. Also, the perpendicularity of the poles shall be checked at the
beginning of the project and any other time there is suspicion of a problem.
When a fixed -height tripod is not used, the height of the antenna shall be
carefully measured to prevent station set-up blunders from occurring.
Tribrachs used for these set-ups shall be checked and adjusted when
necessary. Totally independent measurements of the antenna height above the
monument in both metric and English units shall be made before and after
each session.
Some GPS antennas have detachable ground planes and radomes. In order to
help identify what exactly was used at a particular site, it would be useful to
have a snapshot of the setup and, if possible, a close-up of the antenna as
viewed from the side. The GPS antennas shall have stable phase centers and
choke rings or large (> 16 cm) ground planes to minimize multipath
interference.
2.1.11 A rubbing of the stamping of the mark shall be made at each visit to a station.
If it is impossible to make a rubbing of the mark, a plan sketch or digital
picture of the mark shall be substituted, to accurately recording all markings.
2.1.12 For each station visited, a visibility obstruction diagram shall be prepared and
the TO -REACH description carefully checked for errors or omissions.
2.1.13 The following shall be recorded at each occupation of a station:
• receiver manufacturer;
• antenna manufacturer;
Page 6 of 24 of Appendix D
• receiver model number (part number);
• antenna model number (part number);
• the complete serial number of the receiver, and;
• the complete serial number of the antenna;
• antenna heights.
2.1.14 Success of this task requires that the highest quality GPS data be collected.
Therefore, during each station occupation, the operators shall carefully
monitor the operation of the receivers. Any irregularities in the data due to
equipment malfunction, DOD adjustment of the satellite -orbit, obstructions, - - -- --
etc., shall be reported to the Surveys Division Staff Person as specified in the
Task Order.
2.2 The following additional information is attached:
One (1) copy each of GPS Control Observation Log Form, GPS Recovery
Form, GPS Visibility Form, and GPS Pencil Rubbing Form.
2.3 In lieu of submitting the checklists and inventory sheets in Appendix F of the
Surveys Manual, the GPS Forms listed above shall be submitted for each
session and for each station.
2.4 The Surveyor shall submit a proposal by the date specified, for performing
GPS Collection Surveys on each project.
3. Photogrammetry Mapping Targets
3.1 This part of the project consists of obtaining and submitting Photogrammetry
Mapping Targets Collection for Control Surveys, as detailed in the Surveys
Manual as follows:
3.1.1 This survey shall be data collection on the Photogrammetry Mapping Targets
for the task projects as listed in Table II, Control Surveys (Task Projects) for
Photogrammetry Mapping Control.
3.1.2 The Owner's Photogrammetry Section, prior to the start of the task project,
shall determine whether the task project is a Photo Identifiable Point (pick) or
a target project.
3.1.3 If determine to be a "TARGET" project, then the following shall apply:
3.1.3.1 Target Material shall be supplied by the owner.
3.1.3.2 Targets shall be placed in an open area within 100 feet of the location shown
on the photograph provided.
3.1.3.3 The target shall be placed on the ground in a plus "+" shape with three (3) foot
legs. The orientation of the legs does not matter except that each leg shall be
90 degrees from the previous leg. The length from one leg end to an opposite
end shall be six (6) foot.
NOTE: If the task project is designated as High Altitude, then twelve -foot
(12') targets shall be utilized with six (6) foot legs.
Page 7 of 24 of Appendix D
3.1.3.4 At the center of this target shall be placed a 5/8" x 24" rebar with a 2"
aluminum cap as designated in the Surveys Manual. The owner, if requested
by the Surveyor, shall supply these materials.
3.1.3.5 If the target can be placed such that it is painted on asphalt then a concrete nail
can be placed at the center in lieu of the cap and rebar.
3.1.3.6 The following information shall be placed on the target:
• Job Number (as listed in Table II)
• Point Number (as listed on the photo)
• AHTD Surveys Division (501) 569-2341
3.1.3.7 If requested by the property owner, the Surveyor shall return to the job site
and remove the target material after the task project has been flown and all
targets have been located on the photograph.
3.1.3.8 As soon as all targets have been placed on the project, the Surveyor shall
contact the Section Head of Photogrammetry at (501) 569-2410 and the
Surveys Division Staff member who is responsible for this project as specified
in the current Surveys Manual.
3.1.4 If determined to be a "PICK" project then the following shall apply:
3.1.4.1 If the pick location is within the AHTD right-of-way and will be used for
primary control, place a 5/8" x 24" rebar with a 2" aluminum cap, stamped as
designated in the Surveys Manual, at the location designated on the
photograph. The owner, if requested by the Surveyor, shall supply these
materials.
3.1.4.2 If the pick location is within the AHTD right-of-way and the surface is
asphalt, then a concrete nail can be used to designate the spot.
3.1.4.3 If the pick location is within the AHTD right-of-way but not suitable for
permanent marking, as described above, then a suitable temporary mark shall
be made so that all required information can be collected.
3.1.4.4 If the pick location is not within the AHTD right-of-way then a suitable
temporary mark (point) shall be identified and all the required information
collected at that mark.
3.1.5 When collecting information of the "pick" target or placing a target on private
property, which is the case on many of the targets, the Surveyor shall contact
the property owner. The property owner shall be made aware that the target is
for aerial flight control only and not necessarily the center of the highway
improvements.
3.1.6 If personal contact cannot be made, a copy of the notification form shall be
left at the in an "easy to be seen" location on the property. This form is found
in the Surveys Manual.
3.1.7 If the Horizontal Panel Targets (HPT) is to be part of the primary control
network, then they shall have elevations run to them using AASHTOWare
SDMS° and three (3) wire level techniques.
Page 8 of 24 of Appendix D
3.1.8 All Vertical Panel Targets (VPT) are to have elevation loops run to them
using AASHTOWareo SDMS" and three (3) wire level techniques. Certain
GPS techniques, if approved by the AHTD in advance, may be used for this
purpose. If approved in advance, RTK GPS or Rapid Static GPS may be done
in lieu of running elevations to Vertical Panel Targets.
3.1.9 All Horizontal Panel Targets (HPT) are to be traversed in using an EDM.
This traverse shall be a closed loop from either the GPS Control points or the
primary control. Certain GPS techniques, if approved by the AHTD in
advance, may be used for this purpose. If approved in advance, RTK GPS or
Rapid Static GPS may be done in lieu of running traverse to Horizontal Panel
Targets.
3.2 The Surveyor shall submit a proposal by the date specified, for performing
Photogrammetry Mapping Control Surveys for each project.
4. Vertical Control Surveys — Elevation
4.1 This part of the project consists of obtaining and submitting Vertical Data
Collection for Control Surveys, as detailed in the Surveys Manual as follows:
4.1.1 This survey shall be vertical data collection to and through the task projects as
listed in Table III, Control Surveys (Task Projects) for Vertical Control.
4.1.2 Vertical control shall be established from a minimum of two (2) NGS First or
Second Order vertical control monuments and shall be based on NAVD 88
Datum. Three -wire leveling shall be used to establish vertical control to and
within the task project limits for benches and control points as detailed in
Surveys Manual.
An approved automatic level and a high quality wood Philadelphia type rod
with readings made to the thousandth (##.###) or approved digital level and
approved bar code rod shall be used on all projects.
4.1.3 The Surveyor shall establish vertical control points on this task project. Each
control point shall have an elevation established using three (3) wire level
techniques.
4.1.4 As detailed in the Surveys Manual, vertical control points are to be set as
follows:
4.1.4.1 Every 1/Z mile to the task project location and every 1/ mile within the task
project location.
4.1.4.2 On every major culvert and bridge to and within the task project location.
4.1.4.3 All primary control points and random traverse points.
4.2 The following additional information is attached:
4.2.1 One (1) copy of AHTD existing job control points designated as to which
need elevations.
Page 9 of 24 of Appendix D
4.3 An elevation control plan shall be prepared and accompany the estimate. The
plan shall include a narrative and a layout on an at least 1 "=2000' aerial
photograph or USGS Quadrangle sheet. The plan shall include:
• The NGS Bench Marks found and to be used.
• The elevation control route proposed.
• The types and proposed locations of the marks to be established along
the elevation control route.
4.4 The Surveyor shall submit a proposal by the date specified, for performing
Vertical Control Surveys on the project. _
4.5 If the government datum is more than two (2) miles from task project site,
then the Surveyor shall provide the estimated cost and length of 3-wire level
runs required to tie the task project to the government datum as detailed in the
Surveys Manual. The Surveyor shall submit a proposal by (Date), for
performing Vertical Control Surveys to the actual task project location.
5. Horizontal Control Surveys — Traverse
5.1 This part of the project consists of obtaining and submitting Horizontal Data
Collection for Control Surveys, as detailed in the Surveys Manual as follows:
5.1.1 This survey shall be horizontal data collection on the control points for the
task projects as listed in Table IV, Control Surveys (Task Projects) for
Horizontal Control.
5.1.2 All horizontal traverse work shall be performed with an approved total station
utilizing AASHTOWare R SDMS° Collector shall be used for all traverses.
The traverse shall be a closed loop from either the GPS Control points or the
primary control with adequate redundant ties between control points to
perform a least squares analysis of the data. Certain GPS techniques, if
approved by the AHTD in advance, may be used for this purpose. If approved
in advance, RTK GPS or Rapid Static GPS may be done in lieu of running a
conventional traverse.
5.1.3 The Surveyor shall establish control points on this task project. Field
generated control includes adequate control points on the ground to correctly
geo-reference any alternatives, if part of the task project. Control points shall
be inter -visible at distances no less than 400 feet and no greater than 800 feet
apart. Any variations less than or more than the stated distances shall be
justified and approved by Surveys Division.
5.1.3.1 Each control point set shall have an elevation established using three (3) wire
level techniques.
5.1.3.2 Control points shall consist of a 5/8" x 24" rebar with a 2" aluminum cap as
designated in the Surveys Manual. The owner, if requested by the Surveyor,
shall supply these materials.
5.2 The following additional information is attached:
Page 10 of 24 of Appendix D
5.2.1 One (1) copy of AHTD existing job control points designated as to which
need horizontal coordinates.
5.3 The Surveyor shall submit a proposal by the date specified, for performing
Control Surveys - Horizontal for this project.
Section II - DESIGN SURVEYS
Section II A - Topography and Terrain Data
Projects consisting of performing Topographic & Digital Terrain Model Surveys shall be
completed and submitted no later than the date specified in the Task Order.
Ample time shall be scheduled and adequate resources dedicated to the project to
complete the Topographic and Digital Terrain Model surveys by the submittal date.
Completion includes submittal of 100% of Topographic and Digital Terrain Model
surveys. This includes all additional field work and data editing required to complete this
project task specified.
This part of the project consists of obtaining and submitting Topographic, and Digital
Terrain Model Surveys, as detailed in the Surveys Manual as follows:
1.1 Obtain all pertinent topographic data. (Refer to Digital Terrain Modeling section
of Surveys Manual.
1.2 Set control references (Resection References) for the project. The reference
monuments shall be set following procedures as described in the Surveys Manual.
1.5. All design surveys will be U.S. Foot unless specified otherwise.
1.6. Land Ties as described in the surveys manual.
Note: Land Ties (are) (are not) required for this project
1.7. Utility surveys to locate all above ground and below ground utilities. Procedures
as described in the Surveys Manual shall be followed.
All surveys shall comply with AHTD requirements and shall be performed under
the responsible charge of the Surveyor certified for the design survey task.
I.S. Subsurface Utility Engineering (SUE) - A qualified SUE contractor shall be used
for this type work. On -call survey consultants may team with a SUE contractor to
provide this service. The requirements for SUE contractors follow.
The Consultant/Team shall provide accuracy and economy in project -driven
utility inventories, conflict assessment, and utility relocation management,
through the application of Subsurface Utility Engineering technologies. The scope
will include providing drawings of the utilities in accordance with Cl/ASCE
Standard 38-02. Quality Level D, record drawings will be obtained on all utilities
within the possible ROW. Quality Level B information will be obtained on all
utilities which potentially may remain in the possible ROW. Quality Level A,
Test Holes, will be obtained on potential conflict points.
Page 11 of 24 of Appendix D
At least one Principal or a Responsible Member of the Subsurface Utility
Engineering firm must be a Professional Civil Engineer registered in the State of
Arkansas. The principal or responsible member shall have at least 5 years
experience managing Subsurface Utility Engineering services in support of
roadway design on transportation projects and corresponding support staff.
All surveys shall comply with AHTD requirements and shall be performed under
the responsible charge of the Surveyor certified for the design survey task.
1.9 Field surveys for all drainage structures, includingL bridges. Procedures as
described in the Surveys Manual shall be followed.
Note: Valley Sections are not required for this project.
1.10 Mobile LiDAR Services — Survey Grade — A qualified mobile LiDAR contractor
that uses the Terrapoint Titan Sensor System or Optech Lynx Mobile Mapper
system, or equal, that provides survey grade mobile LiDAR services for pavements
and other topographic features may be used when requested. The mobile LiDAR
system shall meet all accuracy requirements for providing this service.
1.11 Provide a hard copy of the checklists and inventory sheets in Appendix F of the
Surveys Manual.
2. The following information is attached:
2.1 One (1) copy of a location sketch, showing project location.
2.2 One (1) copy of an uncontrolled aerial photo, at a scale of 1 in.=200ft
(approximate), covering the project location, and outlining the minimum limits for
the Topographic and Digital Terrain Model Survey.
2.3 Horizontal and vertical control data — any GPS Control Data Forms; other
horizontal control data; and, vertical control data that shall be used for this
project.
2.4 The Surveys Manual will include the following:
• File Naming Procedures
• Software Requirements
• Point Numbering
• Feature Codes
• Survey Procedures for Topographic Surveys
• Land Ties
• SDMS Configuration
• SDMS Sequences
• Checklist
3. The Surveyor shall submit a proposal by the date specified, for performing
Topographic and Digital Terrain Model Surveys on this project. The proposal shall
include the following:
• The estimated level of effort in man-hours
• Hourly rate by classification
Page 12 of 24 of Appendix D
• Overhead costs
• Expenses
• Total cost
The Surveyor shall also provide the estimated cost and length of 3-wire level runs or
digital level runs required to tie the project to government datum as detailed in the
Surveys Manual. This estimate shall be entered separately and shall also be included
in the total estimate price.
Section II B Photogrammetry
Aerial Photogrammetry and Digital Terrain Model (DTM) and Mapping (Design
Level). Obtain new low altitude aerial photography flown at an altitude of 1800
feet above mean terrain level (1:3600 Photo Scale Reciprocal). Perform ground
support GPS control, airborne GPS, analytical aerotriangulation, DTM,
topographic mapping, and prepare digital orthophotos for the design alignment
with a map scale of one inch equals fifty feet (1" = 50'). The mapping corridor
shall be a minimum of 1000 feet wide on each side of the preferred alternative
alignment location. Photogrammetry is to be performed using Grid Coordinates
based on the Arkansas State Plane Coordinate System Zone in which the project
is located. Photogrammetry shall be furnished to the AHTD in Intergraph ISPM
format.
Section III - LAND SURVEYS
Section IIIA - Title Services
1. This part of the project consists of furnishing the Arkansas Highway and
Transportation Department, Surveys Division, with current ownership data,
including: certificates, deeds, surveys, subdivision plats, and strip map for properties
that are or may be involved. The individual(s) performing this task shall have a
current license as an Abstractor in the State of Arkansas.
1.1 The work required to be performed and furnished to the Surveys Division by the
abstractor is as follows:
a. Certificates of Title: A Certificate of Title shall be furnished for each parcel
of land fronting or touching each side of the highway along the length of the
project. A copy of the record legal description of any contiguous lands owned
by the person or persons listed in the certificates of title shall also be
furnished.
Each certificate will be for the current ownership as of the date of the
certificate of title is prepared for this project and shall contain the following
data:
• AHTD Job Number;
• AHTD Job Name, Review Date;
• County,
Page 13 of 24 of Appendix D
• Grantee(s) Name and Address;
• Parcel (tax) ID;
• The Section/Township/Range, with correct cardinal direction
(N,S/E,W),
• Land Value;
• Improvements Value;
• Area (acres);
• Type of Instrument;
• Date of Instrument;
• Date Filed;
• Record Book and Page and/or Instrument Number;
• Grantor(s) name(s)
• The Record Description per the deed.
• A Certificate Number shall be assigned and shall be displayed in the
lower right hand corner of each certificate.
Certificate numbers shall be grouped together for all parcels within each land
section and within each subdivision involved. The certificates with
corresponding deeds are to be numbered and indexed by number and the
owner's name. The certificates are to be furnished in booklet form with the
index at the front of each booklet. The name, address and telephone number of
the abstracting firm is to be on the index as well as on each certificate.
Certificates are to be prepared on forms similar to the attached sample form.
b. Deeds: An actual legible copy of each deed, (either photo copied or scanned),
including acknowledgments, stamps, and recording data is to be furnished for
each parcel and contiguous lands.
c. Survey Plats: Where deeds refer to surveys by a surveyor, a complete and
legible copy (border to border) of the surveyor's plat is to be furnished. All
other related surveys that come to light during the course of research are also
to be furnished.
d. Subdivision Plats: Where parcels are deeded per subdivision plats of record
or where deeds make reference to subdivision or survey plats, either recorded
or unrecorded, complete and legible copies (border to border) of said
subdivision or survey plats are to be furnished, along with any accompanying
bills of assurance. All other related subdivision plats that come to light during
the course of research are also to be furnished.
e. Strip Map: A strip map shall be made and furnished similar to the attached
example. The strip map is to show the approximate location of the highway
project, as well as all intersecting streets, roads and highways, including their
names and/or numbers. The relative location of the parcels with their
certificate numbers is to be shown. A geo-referenced Microstation DGN file
is preferred (may be required in the future).
Where the parcels are described by metes and bounds, their relationship is to
be shown within sixteenth sections, section, township and range. Where the
Page 14 of 24 of Appendix D
parcels are described within subdivisions, either recorded or unrecorded, their
relationship within the subdivision is to be shown. This includes certificate
numbers, lot and block numbers, street names, and subdivision names. The
approximate boundaries of subdivisions are to be delineated on the strip map.
The strip map is to be plotted at a scale large enough to show deed calls. The
Section/Township/Range, with cardinal direction (N,S/E,W), shall be shown
on each sheet of the strip map.
1.2 Title services must be completed and delivered on or before (Date). Submittals
- - - are to include one copy of each certificate booklet and strip map, along -with- one
copy of each survey plat, subdivision plat, and bill of assurance. Submittals are to
be sent to the Engineer of Surveys Division. The address to use depends on
method of delivery as follows:
Standard Mail
Kit Carson, PE, PS
Engineer of Surveys Division
Arkansas Highway and Transportation Department
P.O. Box 2261
Little Rock, AR 72203
Shipped — (UPS, Federal Express, etc.)
Kit Carson, PE, PS
Engineer of Surveys Division
Arkansas Highway and Transportation Department
10324 Interstate 30
Little Rock, AR 72209
2. Invoices for work completed on this project shall include:
• Job name and number
• Designated as Title Services
• Federal Tax ID Number
• Billing period dates
• Total earned for the period
• Total amount due for the period
A sample invoice may be furnished by the Surveys Division.
NOTE: It is not necessary to follow the format shown on the attached sample
invoice. However, it is necessary the items listed above be included on your
invoices.
3. A completed Microsoft° Excel spreadsheet for each billing period shall accompany
each invoice. The actual Excel file, furnished by the Department, will be based on
the Surveyor's approved estimate. This file will be furnished to the Surveyor once a
contract has been signed by the AHTD. The Excel spreadsheet will be sent by E-
mail. A sample Microsoft° Excel spreadsheet is attached.
Page 15 of 24 of Appendix D
Section 11113 - Land Surveys (Parcel Surveys) for Right of
Way Acquisition
1 This portion of the project consists of performing Land Surveys within the limits
of the project. The work performed and plats prepared and furnished shall meet
the current Arkansas Minimum Standards for Property Boundary Surveys and
Plats as well as AHTD requirements. The Surveyor performing the work shall be
on the current list of those certified to perform land surveys for the AHTD.
1.1 The Surveyor shall coordinate the work and allocate sufficient time to complete
and submit the Land Surveys at the 100% level no later than the date specified in
the Task Order.
1.2 Any revisions or corrections required by the Owner in the submitted data shall be
made by the Consultant and resubmitted to the Owner within two weeks of
notification of such revisions.
2. The work required to be performed by the Surveyor will be as follows:
2.1 Establish field survey ties to pertinent land monuments, property corners and
existing right of way monuments using the feature IP and as described in the
Surveys Manual.
2.2 Prepare all drawings, maps and plats using the Bentley Systems, Inc.,
Microstation Inroads, Version 8.9/SP2 and Microstation Version 8.5 or higher.
The cell library, seed files, feature table, and preference tables furnished by the
Department shall be used. This data shall be archived and emailed on the
Thursday of each week. These files are to be sent to:
mailto:surveysupportCc�arkansashighwa sy com.
The design files (.DGN) graphics and geometry database (.ALG) shall be in the
format prescribed, based on using Bentley Inroads, Version 8.9/SP2 or higher, as
specified in the information that follows:
Bentley Inroads
Land Survey coordinate geometry (cogo) and worksheets shall be developed
using Bentley Inroads are as follows:
• Point Number Range based on the feature code shall be as described in
the Surveys Manual.
• Feature Codes shall be used as specified in the Manual or in the Project
Scope.
• Complete point descriptions and all pertinent and required attributes
shall be stored and displayed for each tied or calculated point necessary
to define that specific point or geometry chain.
• Coordinate geometry (cogo) commands shall be utilized to compute
geometry points and elements.
• Graphic intersection commands shall not be used to create geometry
points.
• All alignment points shall be stored as coordinate geometry points.
Page 16 of 24 of Appendix D
• All parcel tracts shall be stored as closed polygon alignment chains.
• All computed points not used are to be deleted from the data base.
• Surveyor's notes, text notes, and any legal descriptions displayed on the
worksheet and/or plat shall be part of the Microstation DGN file.
Specific requirements are defined elsewhere in this document.
• All pertinent graphical data shall be within the particular DGN file being
submitted, to include project data, text, and sheet borders. Topographic
survey data may be in a referenced DGN file.
• The Design History shall be turned -on for all Microstation design
(.DGN) files.
• The COGO Audit Trail lock shall be utilized to record coordinate
geometry commands. This command is available for Bentley InRoads
Version 8.11.07 and higher.
Data Files to be furnished
• Complete database of points, survey chains, alignment chains, and text
elements in ALG format (See Note above in this section).
• Finished graphics of points, survey chains, alignment chains, and text
elements actually used saved as a DGN and the text files as specified in
the Surveys Manual. See Appendix J of the Surveys Manual for details.
• Points with all pertinent and required attributes — SDMS PAC format
and Inroads ALG format. See Appendix J of the Surveys Manual for
details.
• Survey Chains
o SDMS PAC format
o Inroads ALG format.
• Alignment Chains (figures based on coordinate geometry and used as
boundary lines with bearing and distance) and chain descriptions
o Inroads ALG format
• Individual sheets shall be saved in DGN format.
• Text file (.atf) of Coordinate Geometry commands (Audit Trail) used to
create points and alignments.
Surveyor's and Other Text Notes
All of the Surveyor's notes and other pertinent text notes and any legal
descriptions written shall be displayed on the worksheets and/or plats.
2.3 Reproducible sheets in 11"xl7" size shall be provided as a hard copy and
electronic form on compact disk in the Microstation DGN format prescribed
above. The CADD and hard copy drawings shall include the following:
2.6.1 Section lines, quarter and quarter -quarter section land lines and established
land corners found and computed. Corners shall be described as shown in
Chapter IV of the Manual of Surveying Instructions, 2009 Edition, U.S.
Department of Interior BLM; the Handbook for Arkansas Land Surveys, 2"d
Edition, 19 8 1: and, as described in the Surveys Manual.
Page 17 of 24 of Appendix D
2.6.2 Ties to corners, monuments, corner accessories and other relevant witness
information which control the location of said 1/16 section lines and corners;
the surveyor's basis of acceptance and/or computations thereof, and the
originating source of found monument. A digital photograph shall be taken
and submitted for all monuments with PLSS designated markings, or other
pertinent markings. Identifiable marks include, but are not limited to: caps on
rebars, pipes, etc.; stones whether scribed or not. It is not necessary to submit
photographs of monuments that have only a PS number designation.
2.6.3 Complete descriptions for said 1/16 corners, whether found or computed,
using PLSS designations, as shown in the Surveys Manual.
2.6.4 1/16 Sections named and bearing and distance shown an all sides.
2.6.5 The existing right of way centerline and right of way lines noted, annotated
and described.
2.6.6 The construction centerline if furnished by the Owner.
2.6.7 Property lines, with bearings and distances, and platted additions or
subdivisions with lot and block numbers.
2.6.8 All pertinent topography located during Design Surveys and Land Surveys.
2.6.9 Description of land corners and property corners tied and other physical
evidence of land lines; the basis of acceptance and/or computations thereof;
and, the originating source of any found monument.
2.6.10 Easements of record shall be shown on the plat.
2.6.11 All gaps and overlaps found shall be clearly identified. An explanation for the
gaps and overlaps shall be included in the surveyor's notes
2.6.12 Point number assigned to each point tied or computed. Computed points shall
use the LC feature code for graphics and the point number range as described
in the Surveys Manual.
2.6.13 Existing Right of Way for a roadway, if applicable, that has been established
using existing monumentation and/or by computation. The geometry chain
(figure) delineating the existing right of way, as established, shall use the line
feature code of RE.
2.6.14 Basis of bearings and coordinates, based on the designation described in the
Surveys Manual.
2.6.15 Surveyor's Report (Sample copies of the format required is available).
2.7 Sheet Scales — The CADD graphics and hard copy sheets shall be set up and
submitted as 11" x 17" size sheets. The text shall be of a sufficient font (size) that
it is legible on an 8.5" x 11" sheet when reduced on a copier. All sheets scales
shall be standard Engineering scales. All sheets shall have the required
information as follows:
2.7.1 Section subdivision (section breakdown) sheets shall be submitted separate
from the parcel sheets. Section subdivision shall be by 1/16 Section. Each
Page 18 of 24 of Appendix D
sheet shall contain all information specified earlier in this section, and shall
also include the location of the proposed construction centerline, if applicable.
The scale used is determined by the amount of information required to justify
and explain the methods and results being submitted.
2.7.2 Parcel sheets - Complete data is to be submitted to the Owner, consisting of a
closed polygon for each parcel of property from which the Owner can prepare
plans and property descriptions for the purchase of highway right of way.
Each sheet may display as many ownership certificates as practical based on
the scale used. The scale used is determined by the amount of information
required to justify and explain the methods and results being submitted.
Enlarged detailed sketches should be included on sheets with congested areas.
2.8 Parcel work sheets and preliminary parcel sheets shall be submitted for review
and approval at the following phases of development:
• Phase I Preliminary Subdivision of Sections (Sectional Breakdown),
including pertinent surveyor's notes.
• Phase II Determination of any existing Rights of Way, including
pertinent surveyor's notes.
• Phase III Any conflicts in ownership encountered (Gaps, overlaps, etc.).
• Phase IV Preliminary parcel sheets.
2.9 The data shall be submitted in the formats specified to the Engineer of Surveys
Division. The raw field data files (PRJ) and edited files (EDI) shall be emailed
daily to the Surveys Division Office. CADD files shall be archived and emailed
weekly to the Surveys Division Office. This data shall be sent as previously
specified in this document.
Hard copies of plats for review, as well as the final submittal of all data in the
formats specified for the project shall be sent for delivery as follows:
Standard Mail
Kit Carson, Engineer of Surveys Division
Arkansas Highway and Transportation Department
P.O. Box 2261
Little Rock, AR 72203
Shinned — (UPS. Federal Express. etc.)
Kit Carson, Engineer of Surveys Division
Arkansas Highway and Transportation Department
10324 Interstate 30
Little Rock, AR 72209
Discussions necessary to resolve issues may be handled via teleconference.
Complex issues may require "face to face" conferences to resolve.
3. Static, Rapid Static, or RTK GPS may be approved for establishing control on a
case -by -case basis. All GPS procedures and techniques shall be submitted to the
AHTD for review and approval prior to performing any of this type work. The
Page 19 of 24 of Appendix D
AHTD will not pay for any time or materials for any GPS type work done without
prior approval.
Minimum requirements for GPS require that all receivers used be capable of
collecting data from the L1 and L2 carrier signals. GPS data shall be furnished to
the AHTD as follows:
• GPS collection data for control applications shall be in Trimble DAT (raw
observations) and Trimble DC (point name and attributes) file formats.
• GPS Computed data shall be in SDMS points and chain (PAC) format.
_Current requirements prohibit using RTK for land monument positioning. The
Surveyor shall be certified for GPS control surveys to be considered for Land Survey
applications.
6. The following information is attached or has been previously submitted:
• One (1) copy of existing Roadway or Right of Way plans showing existing
right-of-way.
• Sample copy of parcel survey drawings and/or right of way maps.
• One (1) copy of property descriptions located along and adjacent to the
highway and within the job limits.
• One (1) copy of preliminary highway construction plans and/or mapping if
available.
• One (1) copy of General Land Office (GLO) plats of the area.
• One (1) copy of aerial photographs, at a ratio of 1:9600, to cover the project
area.
• Sample copy of weekly progress report.
• Sample invoice.
• Sample Microsoft° Excel spreadsheet.
Section IIIC - Right of Way Staking
The Right of Way shall be staked for acquisition on each tract requested by Right
of Way Division as specified in the Survey Manual. AHTD vinyl flags with the
proper designations shall be used for this task.
Section IIID - Right of Way Monumenting and Final Plats
1.1 The Right of Way shall be monumented after property is acquired and with the
approval of the AHTD to proceed. Monuments shall be set at all Right of Way
breaks, and at all property lines and "40 Acre" lines crossed by the Right of
Way line. Land corners, such as Section Corners, Quarter Corners, and 1/16t'
Corners used as the basis of legal descriptions shall also be set, if required by
the AHTD. Each point shall be set using the monument assembly and
stampings prescribed and according to AHTD procedures described in Surveys
Manual.
A monument assembly consists of -
Page 20 of 24 of Appendix D
• Monument Shaft - 5/8" diameter rebar of sufficient length for the
monument to be set firmly in the ground. Minimum length shall be 24
inches, unless grouted in solid rock or set in concrete. The length used
shall be approved by the AHTD.
• Monument cap — 2" aluminum flat cap, stamped as directed by the AHTD.
• Witness post and sign.
Exceptions will be approved on a case -by -case basis and in locations
specified by the Surveys Division of AHTD.
_- Standard monument -materials will be furnished by the AHTD. This
includes rebar, 2" caps, witness post, and sign. Monument caps with
specific stampings will be used. Most of the information is pre -stamped
on the cap.
The Surveyor shall notify the Surveys Division of the number of
monument caps for each required designation necessary for this project.
The PS Number of the Surveyor may be added if the number of caps
required justifies.
Materials may have to be special ordered for this project. Therefore, the
Surveys Division shall be notified a minimum of 45 days prior to the date
field monumenting is expected to commence with the quantities of
material and cap designations needed to allow adequate time to acquire the
materials to complete this task.
1.2 Coordination with Resident Engineer
The Surveyor shall maintain correspondence with the Resident Engineer
that is responsible for this project. The Surveyor shall send a
representative to the pre -construction meeting held with the Resident
Engineer. This meeting may be used to coordinate scheduling for final
right of way monumentation.
1.3 Final Plat
A final plat shall be prepared using the requirements that apply described
in the section for parcel work sheets. The plat shall show all pertinent
topography, both roadway and structures, and all monuments set including
the markings placed on each cap. The Surveyor performing the work shall
be on the current list of those certified to perform land surveys for the
AHTD. The plat shall meet the current Arkansas Minimum Standards for
Property Boundary Surveys and Plats as well as AHTD requirements.
Therefore, it may be necessary to incorporate information contained on the
parcel worksheets and the right of way plans to complete the final plat.
The boundary lines shown on this plat shall not have the word "Proposed"
as used on the plans for right of way acquisition. The plat shall be sealed
(stamped) by the Surveyor who has oversight over the project as well as
the Professional Surveyor responsible for establishing the monuments if
not the same.
Page 21 of 24 of Appendix D
The final plat shall be recorded in the State Land Surveyor's Office. Each
plat sheet shall have an instrument number assigned by the State Land
Surveyor's Office and the date affixed by an official in the State Land
Surveyor's Office. Original versions of the recorded plat(s), as well as the
electronic files for those plat(s), shall be furnished to the Surveys Division
of the AHTD.
Copies of the recorded plat(s) shall be furnished to the Right of Way
Division of the AHTD, and, the Circuit Clerk's Office of the county or
counties involved if the Circuit Clerk requests the plats.
Page 22 of 24 of Appendix D
Appendix D-I
Accounting Procedures
Travel Expense Procedures — State Travel Regulations issued by the AHTD:
1.1 Travel Day — For the Purpose of these regulations, the "calendar day" for travel
shall commence at 6:00 A.M., and shall include (1) breakfast, (2) lunch, (3)
dinner, and (4) one night's lodging; and the travel "day" shall end at 6:00 A.M.
the following morning. It should be remembered that the travel "day" as defined
here applies to the traveler who is already in the field, in full travel status.
Normally, at the beginning of the travel period, the traveler will commence his
field trip "after" breakfast, and at the end of the trip he will normally return
"before" dinner.
1.2 Maximum Daily Limits on Meals and Lodging (Not Per Diem): The maximum
daily allowance for meals and lodging are those rates which are established and
set forth in the General Services Administration's Federal Travel Directory,
except for the reduced rate for Arkansas which was determined by the Department
of Finance and Administration.
For each calendar day in full travel status, when all four items of breakfast, lunch,
dinner, and lodging are included, the maximum daily allowance will be the actual
expenses incurred, limited to the standard rate set by the Fiscal Services Division
of the AHTD.
Partial days shall be charged based on the statewide rates (plus state and local
taxes) or specified rates set by the Fiscal Services Division of the AHTD. A copy
will be furnished upon request.
Note: Travel reimbursement IS NOT a per diem, and is to be claimed for actual
expenses for meals and lodging not to exceed the maximum allowable rates. The
maximum must not be claimed unless the actual expenditures for such purposes
equal or exceed the maximum allowable rate. Reimbursement for meals without
overnight travel is not allowed.
1.3 Vehicle Allowance: The rate of reimbursement for vehicles used on State
projects will be as specified by the Fiscal Services Division of the AHTD.
Each ' invoice shall be for the services rendered within this agreement since the last
invoice submitted. A ten percent (10%) retainage shall be shown on each invoice. Each
invoice shall be accompanied by a spreadsheet showing the charges and retainage for
each billing period in addition to the total charges and retainage to date. The retainage
will be held for approximately one month after completed data is submitted. A final
invoice can then be submitted for the retainage. Pending further review that requires
revisions and corrections, the final invoice will be approved for payment.
Invoices for work completed on this project shall include:
• Job name and number
• Designated as design survey
Page 23 of 24 of Appendix D
• Federal Tax ID Number
• Billing period dates
• Total earned for the period
• Total amount due for the period
A sample invoice is attached.
Note: It is not necessary to follow the format shown on the attached sample invoice.
However, it is necessary the items listed above be included on your invoices.
A completed Microsoft° Excel -spreadsheet for each billing period shall accompany each
invoice. The actual Excel file, furnished by the Department, will be based on the
Consultant's approved estimate. This file will be furnished provided to the Consultant
once a contract has been signed by the AHTD. The Excel spreadsheet will be sent by E-
mail. A sample Microsoft° Excel spreadsheet is attached.
Appendix D-II
ARKANSAS STATE HIGHWAY
AND TRANSPORTATION DEPARTMENT
NOTICE OF NONDISCRIMINATION
The Arkansas State Highway and Transportation (Department) complies with the
Americans with Disabilities Act of 1990, Section 504 of the Rehabilitation Act of 1973,
Title VI of the Civil Rights Act of 1964 and other federal equal opportunity laws and
therefore does not discriminate on the basis of race, sex, color, age, national origin,
religion or disability, in admission or access to and treatment in Department programs
and activities, as well as the Department's hiring or employment practices. Complaints
of alleged discrimination and inquiries regarding the Department's nondiscrimination
policies may be directed to James B. Moore, Jr., Section Head - EEO/DBE
(ADA/504/Title VI Coordinator), P. O. Box 2261, Little Rock, AR 72203, (501) 569-
2298, (Voice/TTY 711), or the following email address:
lames.mooregarkansashi�Ways. com.
This notice is available from the ADA/504/Title VI Coordinator in large print, on
audiotape and in Braille.
APPENDIX D General Scope of Work for CSUR DSUR and PSUR 02162011
Page 24 of 24 of Appendix D