HomeMy WebLinkAbout88-14 RESOLUTIONRESOLUTION NO.88-14
A RESOLUTION TO AUTHORIZE A PROFESSIONAL ENGINEERING
SERVICES AGREEMENT WITH MCCLELLAND CONSULTING
ENGINEERS, INC. IN THE AMOUNT OF $371,396.00 FOR DESIGN AND
RELATED SERVICES FOR IMPROVEMENTS TO ZION ROAD
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 authorizes
the Mayor to sign a professional engineering services agreement with McClelland Consulting
Engineers in the amount of $371,396.00 for design and related services for improvements to
Zion Road between Vantage Drive and Crossover Road.
PASSED and APPROVED this 6t" day of May, 2014.
A PPP!\1 MTN.
ATTEST:
By: " � JIT
SONDRA E. SMITH, City Cler�'a�t#f�,,
• 1
City of Fayetteville Item Review Form
Chris Brown
Submitted By
2014-0191
Legistar File Number
5/6/ 14
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Action Required:
Development Services
Department
Approval of a a resolution awarding an Engineering Contract to McClelland Consulting Engineers,
Inc. in an amount not to exceed $371,396.00 for preliminary and final design and related services for
Zion Road, from Vantage Drive to Crossover Road.
Does this item have a cost? YBS
$371,396.00
Cost of this request
4520.9555.5314.00
$371,396.00 Engineering
Category or Project Budget Program or Project Name
$0.00 Development Services
Account Number Funds Used to Date Program or Project Category
060350.2700 $0.00 Transportation Bonds
Project Number Remaining Balance Fund Name
Budgeted Item? YeS Budget Adjustment Attached? NO
V20130812
Previous Ordinance or Resolution #
Original Contract Number:
Comments:
ItVtq
`t- 22-20A4
(9W
CITY OF
Tay 7ql V
ARSAS
MEETING OF MAY 6, 2014
TO: Mayor and City Council
CITY COUNCIL AGENDA MEMO
THRU: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
FROM: Chris Brown, City Engineer
DATE: April 18, 2014
SUBJECT: A resolution awarding an Engineering Contract to McClelland Consulting
Engineers, Inc. in an amount not to exceed $371,396.00 for preliminary and
final design and related services for Zion Road, from Vantage Drive to
Crossover Road.
RECOMMENDATION:
Staff recommends approval of a Contract with McClelland Consulting Engineers, Inc. in the
amount of $371,396.00 for preliminary and final design and related services for Zion Road, from
Vantage Drive to Crossover Road.
BACKGROUND:
Zion Road from College Avenue to Highway 265 is included in the Transportation Improvement
Bond Program.
The first phase of construction between College Avenue and Vantage Drive was completed in
2008. In 2013, the second phase, between Vantage Drive and Highway 265, was approved for
funding through the bond program. Zion Road is shown on the City of Fayetteville Master Street
Plan as a collector street running between College Avenue (Highway 71 B) and Crossover Road
(Highway 265) and provides an east -west connection between these two highways. The cross
section will be a two and three lane section with bike lanes and 5' sidewalks on both sides.
DISCUSSION:
Under this contract, McClelland Consulting Engineers, Inc. will provide preliminary and final
design and related services for Zion Road, from Vantage Drive to Crossover Road. McClelland
Consulting Engineers, Inc. will also provide property surveys, legal descriptions for right of way
and easements to be acquired, and related services to support property acquisition by the City.
The contract amount will not exceed $371,396.00.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
BUDGET/STAFF IMPACT:
This contract will be paid from funds available in the Transportation Improvement Bond
Program. The total budget for this project is $4.65 million.
Attachments:
Concept Drawing
Engineering Agreement
RESOLUTION NO.
A RESOLUTION TO AUTHORIZE A PROFESSIONAL ENGINEERING
SERVICES AGREEMENT WITH MCCLELLAND CONSULTING
ENGINEERS, INC. IN THE AMOUNT OF $371,396.00 FOR DESIGN AND
RELATED SERVICES FOR IMPROVEMENTS TO ZION ROAD
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 authorizes
the Mayor to sign a professional engineering services agreement with McClelland Consulting
Engineers in the amount of $371,396.00 for design and related services for improvements to
Zion Road between Vantage Drive and Crossover Road.
PASSED and APPROVED this 6th day of May, 2014.
APPROVED:
�2
ATTEST:
LOW
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
ENGINEER
THIS AGREEMENT is made as of , 2014, by and between City of Fayetteville,
Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and
McClelland Consulting Engineers Inc. (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed
under the direction of a professional engineer registered in the State of Arkansas and qualified in the
particular field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER.
1.2 Assignments may include services described hereafter as Basic Services or as Additional Services
of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council in
advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix
A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE.
ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for
the engineering services.
Zion Road - Professional Engineering Services Contract 1
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to
perform its services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents
presented by ENGINEER and render in writing decisions pertaining thereto.
3.1.5 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to
the services to be performed under this Agreement. The City Engineer shall have complete
authority to transmit instructions, receive information, interpret and define CITY OF
FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and
systems to be used in the Project, and other matters pertinent to the services covered by this
Agreement.
3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of
the Project through completion of the services stated in the Agreement. ENGINEER will proceed
with providing the authorized services immediately upon receipt of written authorization from
CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services
authorized and the time in which the services are to be completed. The anticipated schedule for
this project is included as Appendix B.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement is $ 371,396.00. The CITY
OF FAYETTEVILLE shall compensate ENGINEER based on a hourly NTE basis as described in
Appendix C.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for
professional services consistent with ENGINEER's normal billing schedule. Once
established, the billing schedule shall be maintained throughout the duration of the Project.
Applications for payment shall be made in accordance with a format to be developed by
ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall
Zion Road - Professional Engineering Services Contract 2
be accompanied each month by the updated project schedule as the basis for determining the
value earned as the work is accomplished. Final payment for professional services shall be
made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory
completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion
shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE
shall advise ENGINEER in writing of the basis for any disputed portion of any statement.
CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of
date the invoice is approved, however, payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this
Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of
all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement,
except claims which are specifically exempted by ENGINEER to be set forth therein. Unless
otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the
parties to this Agreement, final payment under this Agreement or settlement upon termination
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims
against ENGINEER or his sureties under this Agreement or applicable performance and
payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in United
States Dollars) the following minimum insurance coverages:
Type of Coverage Limits of Liability
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Zion Road - Professional Engineering Services Contract 3
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal of
coverage.
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during
and after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly
report to ENGINEER any defects or suspected defects in ENGINEER's services of which
CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to
minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all
remedies to recover for its damages caused by any negligence of ENGINEER.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a
design professional. Since ENGINEER has no control over weather, cost and availability of
labor, material and equipment, labor productivity, construction Contractors' procedures and
methods, unavoidable delays, construction Contractors' methods of determining prices,
economic conditions, competitive bidding or market conditions, and other factors affecting
such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections
prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER's services, with an appropriate change in compensation and schedule only after
Fayetteville City Council approval of such proposed changes and, upon execution of a
mutually acceptable amendment or change order signed by the Mayor of the CITY OF
FAYETTEVILLE and the duly authorized officer of ENGINEER.
6.5 Termination
6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event
of substantial failure by the other party to fulfill its obligations under this Agreement through
no fault of the terminating party, provided that no termination may be effected unless the
other party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
Zion Road - Professional Engineering Services Contract 4
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that ENGINEER is given:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment
in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any
additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default.
6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is
effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable
profit for services or other work performed. The equitable adjustment for any termination
shall provide for payment to ENGINEER for services rendered and expenses incurred prior to
the termination, in addition to termination settlement costs reasonably incurred by
ENGINEER relating to commitments which had become firm prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER
shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings,
specifications, reports, estimates, summaries and such other information and materials as
may have been accumulated by ENGINEER in performing this Agreement, whether
completed or in process.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may
take over the work and may award another party an agreement to complete the work under
this Agreement.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is
determined that ENGINEER had not failed to fulfill contractual obligations, the termination
shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such
event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of
this clause.
6.6 Delays
6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER
shall be entitled to additional compensation and time for reasonable costs incurred by
ENGINEER in temporarily closing down or delaying the Project.
Zion Road - Professional Engineering Services Contract 5
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are
related to, this Agreement, including, but not limited to the interpretation of this Agreement,
the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate.
If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion
of these procedures, such action shall be stayed, upon application by either party to a court of
proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied
with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of
any incident, action, or failure to act upon which a claim is based, the party seeking relief
shall serve the other party with a written Notice.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first
observance of defect or damage. In both instances, the Notice shall specify the nature
and amount of relief sought, the reason relief should be granted, and the appropriate
portions of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF
FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the
dispute cannot be resolved at that level, then, upon written request of either side, the matter
shall be referred to the President of ENGINEER and the Mayor of CITY OF
FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other
location as is agreed upon within 30 days of the written request to resolve the dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining
funds to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may prepare
publications, such as technical papers, articles for periodicals, and press releases, pertaining
to ENGINEER's services for the Project. Such publications will be provided to CITY OF
FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF
FAYETTEVILLE shall review such drafts promptly and provide CITY OF
FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require
Zion Road - Professional Engineering Services Contract 6
deletion of proprietary data or confidential information from such publications, but otherwise
CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of
ENGINEER's activities pertaining to any such publication shall be for ENGINEER's
account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and
against any and all loss where loss is caused or incurred or alleged to be caused or incurred in
whole or in part as a result of the negligence or other actionable fault of the Contractors, or
their employees, agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD
drawings, estimates, field notes, and project data are and remain the property of CITY OF
FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of
other documents.
6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or
electronic media prepared by ENGINEER as part of the Services shall become the property
of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services
rendered, provided, however, that ENGINEER shall have the unrestricted right to their use.
ENGINEER shall, however, retain its rights in its standard drawings details, specifications,
databases, computer software, and other proprietary property. Rights to intellectual property
developed, utilized, or modified in the performance of the Services shall remain the property
of ENGINEER.
6.12.3 Any files delivered in electronic medium may not work on systems and software different
than those with which they were originally produced. ENGINEER makes no warranty as to
the compatibility of these files with any other system or software. Because of the potential
degradation of electronic medium over time, in the event of a conflict between the sealed
original drawings/hard copies and the electronic files, the sealed drawings/hard copies will
govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate
party at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
1810 N. College Avenue
Fayetteville, Arkansas 72701
Zion Road - Professional Engineering Services Contract 7
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors,
executors, administrators, and assigns to the other party of this Agreement and to the
successors, executors, administrators, and assigns of such other party, in respect to all
covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor
ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written
consent of the other.
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the
State of Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in
purchase orders do not generally apply to professional services, in the event CITY OF
FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall
become a part of this Agreement. Said purchase order document, whether or not signed by
ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal
management of its operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services
shall be construed as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of
any of the services furnished under this Agreement except for errors, omissions or other
deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF
FAYETTEVILLE-furnished data.
7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or
implied assurances under this Agreement or State law and in no way diminish any other
rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials,
equipment, or work.
7.2 Remedies
7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes
and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising
Zion Road - Professional Engineering Services Contract 8
out of or relating to this Agreement or the breach thereof will be decided in a court of
competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent
to performance on work under this Agreement in accordance with generally accepted
accounting principles and practices consistently applied in effect on the date of execution of
this Agreement. ENGINEER shall also maintain the financial information and data used by
ENGINEER in the preparation of support of the cost submission required for any negotiated
agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost
summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized
representatives shall have access to all such books, records, documents and other evidence for
the purpose of inspection, audit and copying during normal business hours. ENGINEER will
provide proper facilities for such access and inspection.
7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of
final payment for the project. In addition, those records which relate to any controversy
arising out of such performance, or to costs or items to which an audit exception has been
taken, shall be maintained and made available until three years after the date of resolution of
such appeal, litigation, claim or exception.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the
price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not
apply to a prime agreement, lower tier subagreement or purchase order awarded after
effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding
any financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement of understanding for a commission,
percentage, brokerage or continent fee, excepting bona fide employees or bona fide
established commercial or selling agencies maintained by ENGINEER for the purpose of
securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall
have the right to annul this Agreement without liability or at its discretion, to deduct from the
Zion Road - Professional Engineering Services Contract 9
contract price or consideration, or otherwise recover, the full amount of such commission,
percentage, brokerage, or contingent fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER's agents or representatives, offered or gave gratuities (in the form of
entertainment, gifts or otherwise) to any official, employee or agent of CITY OF
FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding,
amending or making any determinations related to the performance of this Agreement, CITY
OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY
OF FAYETTEVILLE may also pursue other rights and remedies that the law or this
Agreement provides. However, the existence of the facts on which CITY OF
FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings
under the Remedies clause of this Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in
the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other
damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue
exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which
shall be not less than three nor more than ten times the costs ENGINEER incurs in providing
any such gratuities to any such officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of subcontractors
and sub -consultants, prepared while performing City contractual work are subject to the
Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is
presented to the CITY OF FAYETTEVILLE, ENGINEER 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.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor, Lioneld Jordan
ATTEST:
By:
City Clerk
ENGINEER
Title: 1 1 kL t
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Zion Road - Professional Engineering Services Contract 10
APPENDIX 'A'
SCOPE OF SERVICES
PROFESSIONAL SERVICES AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
ZION ROAD;
NORTH VANTAGE DRIVE TO NORTH CROSSOVER ROAD (HWY 265)
1. Scope of Project
a. Construct, reconstruct, widen and overlay Zion Road between North Vantage
Drive located to the west and North Crossover Road, aka. Hwy 265, to the east, a
distance of approximately 5, 500 linear feet.
b. Design as a collector street having a combination of two (2) and three (3) lane
sections, with turn lanes. Two lane sections shall be 30' wide F.O.C, to include
two 5' wide bike lanes. Both driving lanes shall be 10' wide. Three lane sections
shall be 41' wide F.O.C, to include two 5' wide bike lanes. Both driving lanes
shall be 10' wide and the center lane I F wide.
c. Evaluate an alternative intersection to the existing "T" intersection at Old
Missouri Road, in the way of a mini roundabout.
d. Street improvements are to include an asphalt street surface, concrete curb and
gutters, an underground drainage system, bike lanes and sidewalks.
e. The relocation and/or installation of a new 12" water line facility owned by the
CITY OF FAYETTEVILLE is to be included in the design and street construction
contract.
f Coordinate street design and construction facilities with franchise utility
companies' relocations to ensure adequate space for all facilities and timely
relocations.
g. Related regulatory agency permits (including Arkansas Highway and
Transportation Department and others) and resolving environmental issues
(including wetlands and others) are included, as needed.
h. Prepare construction phasing plans necessary to maintain continued traffic flow at
all times, unless agreed otherwise with the CITY OF FAYETTEVILLE.
APPENDIX A — Scope of Services A-1 FY14-2118
Zion Road
2.
3.
4.
i. Prepare exhibits and documentation for public meetings to obtain citizen input
and to obtain alignment approval by the CITY OF FAYETTEVILLE.
j. Provide related design services including but not limited to design surveys,
property surveys, geotechnical investigations and right of way acquisition
documents.
Basic Services
The Scope of Services of the ENGINEER as described in the Agreement are further
defined and described hereinafter.
Topographic Surveys
a. Survey control shall be established on the State Plane Coordinate System.
b. Locate all structures, streets, driveways, storm drains and other features within 40
feet of centerline plus additional structures from parcels from which acquisition
will be made.
C. Cross section centerline at 50 foot intervals, plus breaks, for a width of 80 feet to
define existing conditions. Cross section intersecting streets for the lengths
designated for inclusion in the project.
d. Profile existing driveways.
e. Cross section areas in the vicinity of drainage channels. Determine flow line
elevations of all drainage facilities (pipes, inlets, ditches, etc.).
f. Set temporary bench marks at approximately 1,000 foot intervals.
g. All survey work will be conducted with the standards of care as outlined in the
Standards of Practice No. 1 (Revised May 21, 2009, updated 8-25-08) Arkansas
Standards of Practice for Property Boundary Surveys and Plats.
Right -of -Way Surveys
a. CITY OF FAYETTEVILLE will provide ownership information for properties
along project route including copies of recorded plats, legal descriptions for
unplatted tracts and easements and right of way information.
APPENDIX A — Scope of Services A-2 FY14-2118
Zion Road
4
Perform field surveys to determine existing monumentation and establish land
lines, ownership lines, rights -of -way and easements.
Reference existing monuments for replacement after construction.
d. Stake proposed right-of-way and easements at intervals which will provide
intervisible points for appraisal and acquisition purposes. Larger tracts shall be
staked at property lines and at intervisible points.
e. All survey work and related right-of-way work will be conducted with the
standards of care as outlined in the Standards of Practice No. 1 (Revised May 21,
2009 updated 8-25-08) Arkansas Standards of Practice for Property Boundar
Surveys and Plats.
Utility Surveys and Coordination
a. Request location and size of existing overhead and underground utilities from the
utility companies.
b. Field locate known, marked and/or observable utilities within the project area.
Where conflicts with new construction will or may occur, determine elevations of
existing utilities by excavation methods. Excavation and exposure of the utility
facilities will be provided by the owner of the utility. In the event the utility
owner cannot or will not perform the excavation to expose the utility facilities, the
ENGINEER will arrange to have the necessary excavation performed. Prior to
performing the excavation, the ENGINEER will coordinate the excavation
operations with the utility owner and require that a representative of the utility
owner be present during the excavation activities. The costs associated with this
work shall be reimbursed by the CITY OF FAYETTEVILLE.
Using utility field survey data, plot existing utilities on plans.
d. Attend meetings with each affected utility company to discuss necessary
adjustments or relocations and later to discuss their methods and schedule to
accomplish the work. A CITY OF FAYETTEVILLE representative will arrange
all meetings with utility companies, unless otherwise agreed.
e. Review utility adjustment plans and costs with CITY OF FAYETTEVILLE to
determine most feasible combination of street and drainage construction and/or
utility relocation to be utilized. Prepare construction plans as directed by CITY
OF FAYETTEVILLE to accommodate utility relocations, including identification
of utility easements on right-of-way plans. Final plans shall indicate the location
and extent of proposed utility relocations.
APPENDIX A — Scope of Services A-3 FY14-2118
Zion Road
6.
7.
Geotechnical Investigations
a. Perform geotechnical investigations in accordance with AASHTO, AHTD, and
CITY OF FAYETTEVILLE criteria.
b. Perform sampling of subgrade soils by boring and excavation of test pits. A
minimum of five (5) test pits shall be provided for in the areas of full street
reconstruction. In areas of road widening, a portion of the tests shall be taken in
ditch lines, or adjacent thereto, over which pavement structure may be
constructed. Four (4) borings shall be drilled within the existing roadway to
terminal depths of five (5) feet below existing grade. Existing pavement sections
and encountered subgrade soils will be sampled by the test pits and borings.
C. Perform soil tests to determine soil classifications, moisture content, gradations,
and other appropriate tests. Soil classifications (both Unified and AASHTO) to
be determined for each type of soil encountered in each boring for depths between
subgrade and 8 to10 feet below. Determine if an impervious soil layer exists (and
depth thereto) which would inhibit or prevent free drainage of subgrade soils.
Note and inform CITY OF FAYETTEVILLE of suspected hazardous substances
encountered.
d. From soil samples, determine locations for further sampling (anticipate fill areas
and inadequate soil removal areas are to be excluded) for load bearing strength
(CBR) tests. CBR tests are to be done on representative subgrade soils.
e. After establishment of final profile grades, review soil data to determine the
adequacy of the in -situ soils as a pavement subgrade assuming wet weather
conditions and construction season. Make recommendations as to anticipated soil
conditions and reactions to be encountered, amount of undercut to be required,
utilization of geotextile/geogrid materials for stabilization, and/or other
construction methods or materials to achieve a stable subgrade.
f. Analyze the data, develop recommendations for structural foundations, slope
stability, excavations, embankments, pavement geotechnical investigations not
listed above, and pavement designs, and prepare a geotechnical report for the
Project.
Conceptual Design Phase
a. Prepare plan and profile drawings showing all existing facilities. Horizontal scale
of drawings to be 1 inch equals 20 feet or larger and vertical scale to be 1 inch
equals 5 feet.
APPENDIX A — Scope of Services A-4 FY 14-2118
Zion Road
b. Prepare plans and data including the following information:
(1) Survey data, centerline and stations, existing improvements, boring
locations, bench marks, existing and proposed right-of-way, temporary
construction easements and structures.
(2) Proposed centerline, pavement configuration, and profile grades for
streets. Identify bike lane, greenspace and sidewalk locations.
(3) Establish typical pavement sections.
(4) Soils boring information including existing pavement sections. Soils
laboratory data, including CBR tests, are not required in the concept phase.
(5) Drainage information on concept plans shall include approximate location,
size and type of structures and storm drain systems. A drainage area map
shall be furnished. Preliminary hydrology data shall include runoff
quantities for the 10, 25, 50 and 100 year design storms. CITY OF
FAYETTEVILLE will provide storm water data, as available, for primary
drainage ways.
(6) Prepare opinions of probable costs for primary and alternate designs
including unit cost and total cost.
(7) Identify water and sanitary sewer facilities requiring relocation.
(8) Provide report outlining recommendations, summarizing criteria,
calculations, and other project information.
(9) Prepare exhibits for public meeting to show final street alignment, curb
lines, intersections with cross streets, typical paving sections with
sidewalks and other improvements, cross sections at crucial intervals to
depict extent of cut and fill slopes, and other pertinent information .
Exhibits are to be scroll maps on existing aerial photos at a scale of 1 inch
equals 100 feet.
(10) Attend and conduct one public meeting to provide information, answer
questions and obtain input from the public.
(11) Prepare and provide a summary of public input obtained at meeting and
alternative actions to address and/or resolve issues presented by the public.
APPENDIX A — Scope of Services A-5 FY14-2118
Zion Road
8. Preliminary Design Phase
a. Prepare plan and profile drawings showing all existing facilities. Horizontal scale
of drawings to be 1 inch equals 20 feet or larger and vertical scale to be 1 inch
equals 5 feet. Prepare preliminary plans, documents and data to include the
following:
(1) Design and layout all proposed street horizontal and vertical alignment on
plan and profile sheets. Show curb and gutters, bike lanes, greenspace,
sidewalks, driveways, drainage facilities, and other proposed features and
elements.
(2) Design and prepare typical street paving sections for all streets.
(3) Plot existing cross sections, including driveway and cross streets.
(4) Prepare plans of intersecting streets which depict all construction required
to provide a smooth transition from the proposed to the existing pavement.
Show top of curb elevations or edge of pavement elevations.
(5) Perform drainage design calculations and show all existing and proposed
drainage facilities on the plans, on both the plan and profile. Show
horizontal and vertical location, elevations, grades and structure details. A
drainage area map shall be furnished. Preliminary hydrology data shall
include runoff quantities for the 10, 25, 50, and 100 year design storms.
(6) Prepare plans and details of water and sanitary sewer facilities which
require relocation to accommodate construction of the street and drainage
improvements.
(7) Provide list of Engineer -developed details to be incorporated into plans.
(8) Draft preliminary notes on plans to fully describe the construction work to
be performed.
(9) Prepare recommendations for sequence of construction and prepare
preliminary layout of construction phasing and detours.
(10) Prepare preliminary storm water and erosion control plans.
(11) Prepare draft copy of special provisions (special conditions) to the
construction specifications.
(12) Prepare cost estimates for preliminary design.
APPENDIX A — Scope of Services A-6 FY14-2118
Zion Road
9.
(13) Provide design documentation including calculations and support data.
b. Prepare right-of-way plans to include the following:
(1) Plans to be drawn at 1 " = 50' scale or larger scale.
(2) Identify property subdivisions, existing and proposed rights -of -way and
easements, ownership names, addresses, utility easements, temporary
construction easements and related information.
(3) Provide complete information on plans for, and prepare legal descriptions
for, acquisition of rights -of -way and easements including residual or
severed tracts. Prepare easement and right of way acquisition documents
utilizing standard CITY OF FAYETTEVILLE forms.
(4) Provide tabulation of tracts, ownerships, and areas (permanent and
temporary construction easements) for each acquisition.
C. Attend monthly design progress meetings with CITY OF FAYETTEVILLE.
d. Provide written response to design review comments provided by CITY OF
FAYETTEVILLE.
Final DesiSn Phase
a. Prepare final design calculations, plans, profiles, details, paving sections, cross
sections, pavement designs, detours and other items.
b. Prepare construction details which depict all typical items, including but not
limited to, curbs, drainage inlets and junction boxes, underdrains, driveways,
sidewalks and pavement markings utilizing the CITY OF FAYETTEVILLE
format and standard detail drawings where applicable
C. Prepare final special provisions (special conditions) to the construction contract
for items not included in the CITY OF FAYETTEVILLE Standard Construction
Specifications, including building demolition.
d. Calculate construction quantities in accordance with the CITY OF
FAYETTEVILLE standard construction specifications and format and submit
copy of calculations.
APPENDIX A — Scope of Services A-7 FY14-2118
Zion Road
e. Provide construction bid proposal form. Provide a computer disk containing the
bid proposal form in accordance with CITY OF FAYETTEVII.LE format(s).
f. Prepare a recommendation of construction contract time.
g. Prepare schedule of construction quality control testing.
h. Revise and update the summary of pay quantities sheet as necessary.
i. Prepare opinions of probable costs.
j. Compile design summary to include complete calculations and design data.
k. Attend monthly design progress meeting with CITY OF FAYETTEVILLE.
1. Prepare written response to design review comments provided by CITY OF
FAYETTEVILLE.
10. Project Deliverables
a. Two copies of the Geotechnical Report.
b. Two copies of the hydraulic modeling calculations and drainage design
C. Three copies of the Concept Plans, design report and cost estimates.
d. Three copies of the Preliminary Plans, design report, cost estimates and other
supporting documents.
C. One copy of the Preliminary Plans to each potentially affected utility company.
f. Three copies of the Final Plans, design report, cost estimates and other supporting
documents.
g. Three copies of the revised Final Plans, design summary, cost estimates and other
supporting documents.
h. Provide one copy of the construction bid proposal on a computer disc.
i. Provide one copy of the revised Final Plans to each potentially affected utility
company.
APPENDIX A — Scope of Services A-8 FY14-2118
Zion Road
Three copies of the Final Plans and Specifications to the Contractor.
k. Three copies of the right-of-way plans, easements and acquisition documents.
Two copies of the approved shop drawings and submittals from the Contractor.
in. One hard copy set of Record Drawings.
n. Electronic files as requested.
11. General
a. All street construction shall follow the guidelines described in the CITY OF
FAYETTEVILLE Street Design Standards.
b. Plans shall be reducible, and legible, to scalable half size plans on 11" x17"
sheets. One set of reproducible plans will be provided for right-of-way. In
addition, provide preliminary and final plans on computer disk in a format
compatible with the current AutoCAD release used by the CITY OF
FAYETTEVILLE.
C. Record drawings shall be provided on computer disc in AutoCAD format in
addition to the reproducible drawings.
d. Attendance at one public meeting for discussion of route, design, and construction
is included.
Attend meetings with Owner and Agencies for plan review, project coordination
and right-of-way.
12. The services specified for the various phases of the Agreement shall be completed and all
stipulated documents shall be submitted to the OWNER in accordance with the project
schedule included as Appendix `B".
13. The ENGINEER should anticipate a 60 calendar day review period by the CITY OF
FAYETTEVILLE between the completion of one phase and the beginning of the
following phase. Additional time may be required for review by agencies.
14. The plans, specifications and contract documents authorized by this Agreement shall be
prepared to allow construction bids to be received and construction to be performed under
one construction contract. Demolition of building structures, if required, will be included
in the construction contract.
APPENDIX A — Scope of Services A-9 FY14-2118
Zion Road
15 The ENGINEER will provide construction contract administration including
advertisement and opening of bids.
16. The ENGINEER will provide construction observation services if requested by the CITY
OF FAYETTEVILLE. Full time observation shall be provided during installation of
water and sanitary sewer lines, all other observation services shall be as required by the
nature of the construction activities, minimum 50% attendance. Services may include;
1. Attend pre -construction meeting
2. General construction administration.
3. Change order preparation and review.
4. Pay request review.
5. Submittal review.
6. Final inspection.
Provision of this service is not included within the scope of this contract and, if required,
shall be negotiated as a contract amendment between The CITY OF FAYETTEVILLE
and the ENGINEER when required.
17. Subcontracting of services by the ENGINEER shall have prior approval of the OWNER.
APPENDIX A — Scope of Services A-10 FY14-2118
Zion Road
m
x
0
z
LU
IL
a
a
� I
to
O i
>
N O
O U)
cc:O
c
oU �
N a
O
�Z o
> O U)
c
m >
ro _y m
LL�O
m
o m j
I
+ c
U O
O
i
Z
iA
a
m
a
�n
a
a
O
a
a
v
o a
i
a
a
a
a
a a
!d
W
jm 2
� o �
O a c
r o �
� m c
C m u 3 E
EAL
2
� C O Z U U d U IL Q IL U lA [7 F d
k CC m
C G
O
N
(P 4 �s-7J s N fF f aP sP in cP
m `m
w w
I lul
0
0a
oto
M to
4 :3
N � p
0 a)
�Z
> oU)
rn
cc a
•—
aa)
LL
`o
Uj
O
APPENDIX "C"
COMPENSATION
PROFESSIONAL SERVICES AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
ZION ROAD;
NORTH VANTAGE DRIVE TO NORTH CROSSOVER ROAD (HWY 265)
• CITY OF FAYETTEVILLE shall pay ENGINEER for Basic Services rendered an amount
equal to the cumulative hours charged to the Project for each class of ENGINEER's
employees multiplied by ENGINEER'S Hourly Rates as shown on the attached Exhibit "1",
plus approved Reimbursable Expenses and ENGINEER's Consultant charges, if any.
ENGINEER's Hourly Rates as shown on the attached Exhibit "I" shall be adjusted annually
each January 1. For ENGINEER's Consultant charges, the CITY OF FAYETTEVILLE shall
pay the ENGINEER the amount billed to the ENGINEER times a factor of 1.00.
• Basic Services: Payment by CITY OF FAYETTEVILLE based on ENGINEER's Hourly
Rates shall approximate the following schedule. Payment for a specific phase shall not exceed
the scheduled amount prior to completion of that phase. Underruns in one phase may be used
to offset overruns in another phase as long as the contract amount is not exceeded.
Topographic, Boundary Mapping and
Construction Layout for ROW & Easements $ 77,104
Environmental Surveys and Permits $ (N/A)
Geotechnical Investigation/ Report $ 6,500
Hydrological Evaluation $ 3,500
Conceptual Design Phase $ 66,392
Preliminary Design Phase $ 68,214
Final Design Phase $ 34,930
Water Relocation Design $ 24,000
Property Acquisition Documents $ 36,000
Easement Research & ARKUPS $ 5,000
Bidding Services $ 7,500
APPENDIX C — Compensation C-1 FY14-2118
Zion Road
Construction Administration $ 32,256
Construction Observation $ (N/A)
SUB -TOTAL Basic Services $ 361,396
Additional Services: Any and all Additional Services must be approved, and maximum
amount to be paid for said services agreed to, in writing by CITY OF FAYETTEVILLE prior
to rendering of same. CITY OF FAYETTEVILLE shall pay ENGINEER for Additional
Services rendered an amount equal to the cumulative hours charged to the Project for each
class of ENGINEER's employees multiplied by ENGINEER'S Hourly Rates as shown on the
Attached Exhibit "1", plus approved Reimbursable Expenses and ENGINEER'S Consultant
charges, if any. For ENGINEER's Consultant charges, the CITY OF FAYETTEVILLE shall
pay the ENGINEER the amount billed to the ENGINEER times a factor of 1.00.
CITY OF FAYETTEVILLE shall pay ENGINEER the actual cost of Reimbursable Expenses
incurred in connection with Basic and Additional Services. Reimbursable Expenses must be
approved by the CITY OF FAYETTEVILLE prior to the incurrence of such expenses. The
estimated amount of Reimbursable Expenses to be incurred in connection with Basic Services
is:
SUB -TOTAL Reimbursable Expenses $ 10,000
The maximum payment to the ENGINEER for Basic Services and Reimbursable Expenses
under this Agreement shall not exceed $ 371,396.
ENGINEER shall submit invoices monthly for services rendered and expenses borne. The
invoices shall be accompanied by a copy of the timesheets for all ENGINEER's personnel
working on the project.
The Hourly Rates used as a basis for payment mean salaries and wages (basic and incentive)
paid to all personnel engaged directly on the PROJECT, including, but not limited to,
engineers, architects, surveyors, designers, draftsman, specification writers, estimators, other
technical personnel, stenographers, typists and clerks; plus the cost of customary and statutory
benefits including, but not limited to, social security contributions, unemployment, excise and
payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave,
vacation and holiday pay applicable thereto; plus operating margin or profit, non -project
operating costs, and all general and administrative overhead costs, including but not limited to,
furnishing and maintaining office facilities, furniture, utilities, vehicles and equipment.
Reimbursable Expenses mean the actual expenses incurred directly or indirectly in connection
with the PROJECT for printing and reproduction costs and ENGINEER's consultant charges.
Any and all expenditures for reimbursable expenses must be approved by the CITY OF
FAYETTEVILLE prior to rendering or obtaining same. Overtime salary costs are not
considered Reimbursable Expenses.
APPENDIX C — Compensation C-2 FY14-2118
Zion Road
McCLELLAND
CONSULTINGNEE�
mmmmmarm ENGINEERS, INC
2013 - 2014
McCLELLAND CONSULTING ENGINEERS, INC.
*STANDARD HOURLY RATES
As of December 1, 2013
Clerical
$45.00 - $65.00
Construction Observer
$55.00 - $97.00
Chief Draftsman
$68.00 - $78.00
Draftsman
$50.00 - $69.00
Engineering Technician
$55.00 - $95.00
Geotech Engineer
$84.00 - $127.00
Principal Engineer
$127.00 - $175.00
Project Engineer
$82.00 - $128.00
Sr. Project Engineer
$110.00 - $120.00
Environmental Scientist/Designer
$93.00 - $105.00
Landscape Architect
$60.00 - $109.00
Media Specialist
$55.00 - $65.00
Project Accountant
$60.00 - $105.00
Project Manager
$115.00 - $135.00
Sr. Project Manager
$127.00 - $143.00
Registered Land Surveyor
$100.00 - $110.00
Soils Lab Supervisor
$75.00 - $127.00
Soils Lab Technician
$42.00 - $56.00
Specification Writer
$48.00 - $61.00
Survey Party Chief
$75.00 - $80.00
Survey (2 man or Robotic) Crew
$107.00 - $143.00
Survey (3 man) Crew
$135.00 - $175.00
Survey Field (1 Man or Rodman)
$76.00 - $80.00
Survey Technician
$75.00 - $95.00
Water Lab Supervisor
$68.00 - $85.00
Expenses
@ Cost
Mileage
56.5/mi
current IRS rate
* Standard Hourly Rates may be adjusted annually in accordance with
the normal salary review practices of McClelland Consulting Engineers.
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
ENGINEER
THIS AGREEMENT is made as of - 0 -, 2014, by and between City of Fayetteville,
Arkansas, acting by and through its May r (hcreina€[er called CITY OF FAYETTEVILLE:) and
McClelland Consulting Engineers, Inc. (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of capital improvement projects. Therefore,
CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed
under the direction of a professional engineer registered in the State of Arkansas and qualified in the
particular field.
SECTION 1 - AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER.
1.2 Assignments may include services described hereafter as Basic Services or as Additional Services
of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council in
advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional services in connection with the Project as hereinafter stated.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix
A attached hereto and made part of this Agreement.
2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE.
ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for
the engineering services.
Zion Road - Professional Engineering Services Contract
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of
ENGINEER.
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to
perform its services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents
presented by ENGINEER and render in writing decisions pertaining thereto.
3.1.5 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to
the services to be performed under this Agreement. The City Engineer shall have complete
authority to transmit instructions, receive information, interpret and define CITY OF
FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and
systems to be used in the Project, and other matters pertinent to the services covered by this
Agreement.
3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of
the Project through completion of the services stated in the Agreement. ENGINEER will proceed
with providing the authorized services immediately upon receipt of written authorization from
CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services
authorized and the time in which the services are to be completed. The anticipated schedule for
this project is included as Appendix B.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement is $ 371,396.00. The CITY
OF FAYETTEVILLE shall compensate ENGINEER based on a hourly NTE basis as described in
Appendix C.
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for
professional services consistent with ENGINEER's normal billing schedule. Once
established, the billing schedule shall be maintained throughout the duration of the Project.
Applications for payment shall be made in accordance with a format to be developed by
ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall
Zion Road - Professional Engineering Services Contract 2
be accompanied each month by the updated project schedule as the basis for determining the
value earned as the work is accomplished. Final payment for professional services shall be
made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory
completion of the study and report for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion
shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE
shall advise ENGINEER in writing of the basis for any disputed portion of any statement.
CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of
date the invoice is approved, however, payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this
Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of
all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement,
except claims which are specifically exempted by ENGINEER to be set forth therein. Unless
otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the
parties to this Agreement, final payment under this Agreement or settlement upon termination
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims
against ENGINEER or his sureties under this Agreement or applicable performance and
payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in United
States Dollars) the following minimum insurance coverages:
Type of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Zion Road - Professional Engineering Services Contract
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal of
coverage.
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during
and after the completion of ENGINEER's services.
6.2 Professional Responsibility
6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly
report to ENGINEER any defects or suspected defects in ENGINEER's services of which
CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to
minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all
remedies to recover for its damages caused by any negligence of ENGINEER.
6.3 Cost Opinions and Projections
6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a
design professional. Since ENGINEER has no control over weather, cost and availability of
labor, material and equipment, labor productivity, construction Contractors' procedures and
methods, unavoidable delays, construction Contractors' methods of determining prices,
economic conditions, competitive bidding or market conditions, and other factors affecting
such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections
prepared by ENGINEER.
6.4 Changes
6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER's services, with an appropriate change in compensation and schedule only after
Fayetteville City Council approval of such proposed changes and, upon execution of a
mutually acceptable amendment or change order signed by the Mayor of the CITY OF
FAYETTEVILLE and the duly authorized officer of ENGINEER.
6.5 Termination
6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event
of substantial failure by the other party to fulfill its obligations under this Agreement through
no fault of the terminating party, provided that no termination may be effected unless the
other party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
Zion Road - Professional Engineering Services Contract 4
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that ENGINEER is given:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment
in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any
additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default.
6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is
effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable
profit for services or other work performed. The equitable adjustment for any termination
shall provide for payment to ENGINEER for services rendered and expenses incurred prior to
the termination, in addition to termination settlement costs reasonably incurred by
ENGINEER relating to commitments which had become firm prior to the termination.
6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER
shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings,
specifications, reports, estimates, summaries and such other information and materials as
may have been accumulated by ENGINEER in performing this Agreement, whether
completed or in process.
6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may
take over the work and may award another party an agreement to complete the work under
this Agreement.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is
determined that ENGINEER had not failed to fulfill contractual obligations, the termination
shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such
event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of
this clause.
6.6 Delays
6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF
FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER
shall be entitled to additional compensation and time for reasonable costs incurred by
ENGINEER in temporarily closing down or delaying the Project.
Zion Road - Professional Engineering Services Contract 5
6.7 Rights and Benefits
6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF
FAYETTEVILLE and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are
related to, this Agreement, including, but not limited to the interpretation of this Agreement,
the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate.
If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion
of these procedures, such action shall be stayed, upon application by either party to a court of
proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied
with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of
any incident, action, or failure to act upon which a claim is based, the party seeking relief
shall serve the other party with a written Notice.
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first
observance of defect or damage. In both instances, the Notice shall specify the nature
and amount of relief sought, the reason relief should be granted, and the appropriate
portions of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF
FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the
dispute cannot be resolved at that level, then, upon written request of either side, the matter
shall be referred to the President of ENGINEER and the Mayor of CITY OF
FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other
location as is agreed upon within 30 days of the written request to resolve the dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining
funds to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
6.10.1 Recognizing the importance of professional development on the part of ENGINEER's
employees and the importance of ENGINEER's public relations, ENGINEER may prepare
publications, such as technical papers, articles for periodicals, and press releases, pertaining
to ENGINEER's services for the Project. Such publications will be provided to CITY OF
FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF
FAYETTEVILLE shall review such drafts promptly and provide CITY OF
FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require
Zion Road - Professional Engineering Services Contract 6
deletion of proprietary data or confidential information from such publications, but otherwise
CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of
ENGINEER's activities pertaining to any such publication shall be for ENGINEER's
account.
6.11 Indemnification
6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and
against any and all loss where loss is caused or incurred or alleged to be caused or incurred in
whole or in part as a result of the negligence or other actionable fault of the Contractors, or
their employees, agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD
drawings, estimates, field notes, and project data are and remain the property of CITY OF
FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of
other documents.
6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or
electronic media prepared by ENGINEER as part of the Services shall become the property
of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services
rendered, provided, however, that ENGINEER shall have the unrestricted right to their use.
ENGINEER shall, however, retain its rights in its standard drawings details, specifications,
databases, computer software, and other proprietary property. Rights to intellectual property
developed, utilized, or modified in the performance of the Services shall remain the property
of ENGINEER.
6.12.3 Any files delivered in electronic medium may not work on systems and software different
than those with which they were originally produced. ENGINEER makes no warranty as to
the compatibility of these files with any other system or software. Because of the potential
degradation of electronic medium over time, in the event of a conflict between the sealed
original drawings/hard copies and the electronic files, the sealed drawings/hard copies will
govern.
6.13 Notices
6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate
party at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
1810 N. College Avenue
Fayetteville, Arkansas 72701
Zion Road - Professional Engineering Services Contract 7
6.14 Successor and Assigns
6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors,
executors, administrators, and assigns to the other party of this Agreement and to the
successors, executors, administrators, and assigns of such other party, in respect to all
covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor
ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written
consent of the other.
6.15 Controlling Law
6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the
State of Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in
purchase orders do not generally apply to professional services, in the event CITY OF
FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall
become a part of this Agreement. Said purchase order document, whether or not signed by
ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal
management of its operations.
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services
shall be construed as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of
any of the services furnished under this Agreement except for errors, omissions or other
deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF
FAYETTEVILLE-furnished data.
7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or
implied assurances under this Agreement or State law and in no way diminish any other
rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials,
equipment, or work.
7.2 Remedies
7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes
and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising
Zion Road - Professional Engineering Services Contract 8
out of or relating to this Agreement or the breach thereof will be decided in a court of
competent jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent
to performance on work under this Agreement in accordance with generally accepted
accounting principles and practices consistently applied in effect on the date of execution of
this Agreement. ENGINEER shall also maintain the financial information and data used by
ENGINEER in the preparation of support of the cost submission required for any negotiated
agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost
summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized
representatives shall have access to all such books, records, documents and other evidence for
the purpose of inspection, audit and copying during normal business hours. ENGINEER will
provide proper facilities for such access and inspection.
7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of
final payment for the project. In addition, those records which relate to any controversy
arising out of such performance, or to costs or items to which an audit exception has been
taken, shall be maintained and made available until three years after the date of resolution of
such appeal, litigation, claim or exception.
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the
price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not
apply to a prime agreement, lower tier subagreement or purchase order awarded after
effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding
any financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement of understanding for a commission,
percentage, brokerage or continent fee, excepting bona fide employees or bona fide
established commercial or selling agencies maintained by ENGINEER for the purpose of
securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall
have the right to annul this Agreement without liability or at its discretion, to deduct from the
Zion Road - Professional Engineering Services Contract 9
contract price or consideration, or otherwise recover, the full amount of such commission,
percentage, brokerage, or contingent fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER's agents or representatives, offered or gave gratuities (in the form of
entertainment, gifts or otherwise) to any official, employee or agent of CITY OF
FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding,
amending or making any determinations related to the perfonnance of this Agreement, CITY
OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY
OF FAYETTEVILLE may also pursue other rights and remedies that the law or this
Agreement provides. However, the existence of the facts on which CITY OF
FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings
under the Remedies clause of this Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in
the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other
damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue
exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which
shall be not less than three nor more than ten times the costs ENGINEER incurs in providing
any such gratuities to any such officer or employee.
7.6 Arkansas Freedom of Information Act
7.6.1 City contracts and documents, including internal documents and documents of subcontractors
and sub -consultants, prepared while performing City contractual work are subject to the
Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is
presented to the CITY OF FAYETTEVILLE, ENGINEER 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.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE, ARKANSAS ENGINEER
By:
ATTEST:
u111111► i.� 'G Title: (eNCAL
"l " '
�7 fir
�. '. ' &D OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
LL; FAYETTEVILLE : "!=
��• f�'/� 1pq pad �` Assional Engineering Services Contract 10
1.
APPENDIX 'A'
SCOPE OF SERVICES
PROFESSIONAL SERVICES AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
ZION ROAD;
NORTH VANTAGE DRIVE TO NORTH CROSSOVER ROAD (HWY 265)
Scone of Proiect
a. Construct, reconstruct, widen and overlay Zion Road between North Vantage
Drive located to the west and North Crossover Road, aka. Hwy 265, to the east, a
distance of approximately 5, 500 linear feet.
b. Design as a collector street having a combination of two (2) and three (3) lane
sections, with turn lanes. Two lane sections shall be 30' wide F.O.C, to include
two 5' wide bike lanes. Both driving lanes shall be 10' wide. Three lane sections
shall be 41' wide F.O.C, to include two 5' wide bike lanes. Both driving lanes
shall be 10' wide and the center lane I P wide.
c. Evaluate an alternative intersection to the existing "T" intersection at Old
Missouri Road, in the way of a mini roundabout.
d. Street improvements are to include an asphalt street surface, concrete curb and
gutters, an underground drainage system, bike lanes and sidewalks.
e. The relocation and/or installation of a new 12" water line facility owned by the
CITY OF FAYETTEVILLE is to be included in the design and street construction
contract.
f. Coordinate street design and construction facilities with franchise utility
companies' relocations to ensure adequate space for all facilities and timely
relocations.
g. Related regulatory agency permits (including Arkansas Highway and
Transportation Department and others) and resolving environmental issues
(including wetlands and others) are included, as needed.
h. Prepare construction phasing plans necessary to maintain continued traffic flow at
all times, unless agreed otherwise with the CITY OF FAYETTEVILLE.
APPENDIX A — Scope of Services A-1 FY14-2118
Zion Road
2.
3.
4.
i. Prepare exhibits and documentation for public meetings to obtain citizen input
and to obtain alignment approval by the CITY OF FAYETTEVILLE.
j. Provide related design services including but not limited to design surveys,
property surveys, geotechnical investigations and right of way acquisition
documents.
Basic Services
The Scope of Services of the ENGINEER as described in the Agreement are further
defined and described hereinafter.
Topographic Surveys
a. Survey control shall be established on the State Plane Coordinate System.
b. Locate all structures, streets, driveways, storm drains and other features within 40
feet of centerline plus additional structures from parcels from which acquisition
will be made.
C. Cross section centerline at 50 foot intervals, plus breaks, for a width of 80 feet to
define existing conditions. Cross section intersecting streets for the lengths
designated for inclusion in the project.
d. Profile existing driveways.
e. Cross section areas in the vicinity of drainage channels. Determine flow line
elevations of all drainage facilities (pipes, inlets, ditches, etc.).
f. Set temporary bench marks at approximately 1,000 foot intervals.
g. All survey work will be conducted with the standards of care as outlined in the
Standards of Practice No. 1 Revised Mqy 21 2009 undated 8-25-08 Arkansas
Standards of Practice for Property Boundary Surveys and Plats.
Right -of -Way Surveys
a. CITY OF FAYETTEVILLE will provide ownership information for properties
along project route including copies of recorded plats, legal descriptions for
unplatted tracts and easements and right of way information.
APPENDIX A — Scope of Services A-2 FY14-2118
Zion Road
5.
b. Perform field surveys to determine existing monumentation and establish land
lines, ownership lines, rights -of -way and easements.
C. Reference existing monuments for replacement after construction.
d. Stake proposed right-of-way and easements at intervals which will provide
intervisible points for appraisal and acquisition purposes. Larger tracts shall be
staked at property lines and at intervisible points.
C. All survey work and related right-of-way work will be conducted with the
standards of care as outlined in the Standards of Practice No. 1 (Revised May 21,
2009 updated 8-25-08) Arkansas Standards of Practice for Property Boundat
Surveys and Plats.
Utility Surveys and Coordination
a. Request location and size of existing overhead and underground utilities from the
utility companies.
b. Field locate known, marked and/or observable utilities within the project area.
Where conflicts with new construction will or may occur, determine elevations of
existing utilities by excavation methods. Excavation and exposure of the utility
facilities will be provided by the owner of the utility. In the event the utility
owner cannot or will not perform the excavation to expose the utility facilities, the
ENGINEER will arrange to have the necessary excavation performed. Prior to
performing the excavation, the ENGINEER will coordinate the excavation
operations with the utility owner and require that a representative of the utility
owner be present during the excavation activities. The costs associated with this
work shall be reimbursed by the CITY OF FAYETTEVILLE.
C. Using utility field survey data, plot existing utilities on plans.
d. Attend meetings with each affected utility company to discuss necessary
adjustments or relocations and later to discuss their methods and schedule to
accomplish the work. A CITY OF FAYETTEVILLE representative will arrange
all meetings with utility companies, unless otherwise agreed.
e. Review utility adjustment plans and costs with CITY OF FAYETTEVILLE to
determine most feasible combination of street and drainage construction and/or
utility relocation to be utilized. Prepare construction plans as directed by CITY
OF FAYETTEVILLE to accommodate utility relocations, including identification
of utility easements on right-of-way plans. Final plans shall indicate the location
and extent of proposed utility relocations.
APPENDIX A — Scope of Services A-3 FY14-2118
Zion Road
6.
7.
Geotechnical Investigations
a. Perform geotechnical investigations in accordance with AASHTO, AHTD, and
CITY OF FAYETTEVILLE criteria.
b. Perform sampling of subgrade soils by boring and excavation of test pits. A
minimum of five (5) test pits shall be provided for in the areas of full street
reconstruction. In areas of road widening, a portion of the tests shall be taken in
ditch lines, or adjacent thereto, over which pavement structure maybe
constructed. Four (4) borings shall be drilled within the existing roadway to
terminal depths of five (5) feet below existing grade. Existing pavement sections
and encountered subgrade soils will be sampled by the test pits and borings.
C. Perform soil tests to determine soil classifications, moisture content, gradations,
and other appropriate tests. Soil classifications (both Unified and AASHTO) to
be determined for each type of soil encountered in each boring for depths between
subgrade and 8 to10 feet below. Determine if an impervious soil layer exists (and
depth thereto) which would inhibit or prevent free drainage of subgrade soils.
Note and inform CITY OF FAYETTEVILLE of suspected hazardous substances
encountered.
d. From soil samples, determine locations for further sampling (anticipate fill areas
and inadequate soil removal areas are to be excluded) for load bearing strength
(CBR) tests. CBR tests are to be done on representative subgrade soils.
e. After establishment of final profile grades, review soil data to determine the
adequacy of the in -situ soils as a pavement subgrade assuming wet weather
conditions and construction season. Make recommendations as to anticipated soil
conditions and reactions to be encountered, amount of undercut to be required,
utilization of geotextile/geogrid materials for stabilization, and/or other
construction methods or materials to achieve a stable subgrade.
f. Analyze the data, develop recommendations for structural foundations, slope
stability, excavations, embankments, pavement geotechnical investigations not
listed above, and pavement designs, and prepare a geotechnical report for the
Project.
Conceptual Design Phase
a. Prepare plan and profile drawings showing all existing facilities. Horizontal scale
of drawings to be 1 inch equals 20 feet or larger and vertical scale to be 1 inch
equals 5 feet.
APPENDIX A — Scope of Services A-4 FY14-2118
Zion Road
Prepare plans and data including the following information:
(1) Survey data, centerline and stations, existing improvements, boring
locations, bench marks, existing and proposed right-of-way, temporary
construction easements and structures.
(2) Proposed centerline, pavement configuration, and profile grades for
streets. Identify bike lane, greenspace and sidewalk locations.
(3) Establish typical pavement sections.
(4) Soils boring information including existing pavement sections. Soils
laboratory data, including CBR tests, are not required in the concept phase.
(5) Drainage information on concept plans shall include approximate location,
size and type of structures and storm drain systems. A drainage area map
shall be furnished. Preliminary hydrology data shall include runoff
quantities for the 10, 25, 50 and 100 year design storms. CITY OF
FAYETTEVILLE will provide storm water data, as available, for primary
drainage ways.
(6) Prepare opinions of probable costs for primary and alternate designs
including unit cost and total cost.
(7) Identify water and sanitary sewer facilities requiring relocation.
(8) Provide report outlining recommendations, summarizing criteria,
calculations, and other project information.
(9) Prepare exhibits for public meeting to show final street alignment, curb
lines, intersections with cross streets, typical paving sections with
sidewalks and other improvements, cross sections at crucial intervals to
depict extent of cut and fill slopes, and other pertinent information .
Exhibits are to be scroll maps on existing aerial photos at a scale of 1 inch
equals 100 feet.
(10) Attend and conduct one public meeting to provide information, answer
questions and obtain input from the public.
(11) Prepare and provide a summary of public input obtained at meeting and
alternative actions to address and/or resolve issues presented by the public.
APPENDIX A — Scope of Services A-5 FY14-2118
Zion Road
8. Preliminary Design Phase
a. Prepare plan and profile drawings showing all existing facilities. Horizontal scale
of drawings to be 1 inch equals 20 feet or larger and vertical scale to be 1 inch
equals 5 feet. Prepare preliminary plans, documents and data to include the
following:
(1) Design and layout all proposed street horizontal and vertical alignment on
plan and profile sheets. Show curb and gutters, bike lanes, greenspace,
sidewalks, driveways, drainage facilities, and other proposed features and
elements.
(2) Design and prepare typical street paving sections for all streets.
(3) Plot existing cross sections, including driveway and cross streets.
(4) Prepare plans of intersecting streets which depict all construction required
to provide a smooth transition from the proposed to the existing pavement.
Show top of curb elevations or edge of pavement elevations.
(5) Perform drainage design calculations and show all existing and proposed
drainage facilities on the plans, on both the plan and profile. Show
horizontal and vertical location, elevations, grades and structure details. A
drainage area map shall be furnished. Preliminary hydrology data shall
include runoff quantities for the 10, 25, 50, and 100 year design storms.
(6) Prepare plans and details of water and sanitary sewer facilities which
require relocation to accommodate construction of the street and drainage
improvements.
(7) Provide list of Engineer -developed details to be incorporated into plans.
(8) Draft preliminary notes on plans to fully describe the construction work to
be performed.
(9) Prepare recommendations for sequence of construction and prepare
preliminary layout of construction phasing and detours.
(10) Prepare preliminary storm water and erosion control plans.
(11) Prepare draft copy of special provisions (special conditions) to the
construction specifications.
(12) Prepare cost estimates for preliminary design.
APPENDIX A — Scope of Services A-6 FY14-2118
Zion Road
9
(13) Provide design documentation including calculations and support data.
b. Prepare right-of-way plans to include the following:
(1) Plans to be drawn at 1" = 50' scale or larger scale.
(2) Identify property subdivisions, existing and proposed rights -of -way and
easements, ownership names, addresses, utility easements, temporary
construction easements and related information.
(3) Provide complete information on plans for, and prepare legal descriptions
for, acquisition of rights -of -way and easements including residual or
severed tracts. Prepare easement and right of way acquisition documents
utilizing standard CITY OF FAYETTEVILLE forms.
(4) Provide tabulation of tracts, ownerships, and areas (permanent and
temporary construction easements) for each acquisition.
c. Attend monthly design progress meetings with CITY OF FAYETTEVILLE.
d. Provide written response to design review comments provided by CITY OF
FAYETTEVILLE.
Final Design Phase
a. Prepare final design calculations, plans, profiles, details, paving sections, cross
sections, pavement designs, detours and other items.
b. Prepare construction details which depict all typical items, including but not
limited to, curbs, drainage inlets and junction boxes, underdrains, driveways,
sidewalks and pavement markings utilizing the CITY OF FAYETTEVILLE
format and standard detail drawings where applicable
C. Prepare final special provisions (special conditions) to the construction contract
for items not included in the CITY OF FAYETTEVILLE Standard Construction
Specifications, including building demolition.
d. Calculate construction quantities in accordance with the CITY OF
FAYETTEVILLE standard construction specifications and format and submit
copy of calculations.
APPENDIX A — Scope of Services A-7 FY14-2118
Zion Road
e. Provide construction bid proposal form. Provide a computer disk containing the
bid proposal form in accordance with CITY OF FAYETTEVILLE format(s).
f. Prepare a recommendation of construction contract time.
g. Prepare schedule of construction quality control testing.
h. Revise and update the summary of pay quantities sheet as necessary.
i. Prepare opinions of probable costs.
j. Compile design summary to include complete calculations and design data.
k. Attend monthly design progress meeting with CITY OF FAYETTEVILLE.
1. Prepare written response to design review comments provided by CITY OF
FAYETTEVILLE.
10. Proiect Deliverables
a. Two copies of the Geotechnical Report.
b. Two copies of the hydraulic modeling calculations and drainage design
C. Three copies of the Concept Plans, design report and cost estimates.
d. Three copies of the Preliminary Plans, design report, cost estimates and other
supporting documents.
e. One copy of the Preliminary Plans to each potentially affected utility company.
f. Three copies of the Final Plans, design report, cost estimates and other supporting
documents.
g. Three copies of the revised Final Plans, design summary, cost estimates and other
supporting documents.
h. Provide one copy of the construction bid proposal on a computer disc.
i. Provide one copy of the revised Final Plans to each potentially affected utility
company.
APPENDIX A — Scope of Services A-8 FY14-2118
Zion Road
j. Three copies of the Final Plans and Specifications to the Contractor.
k. Three copies of the right-of-way plans, easements and acquisition documents.
Two copies of the approved shop drawings and submittals from the Contractor.
in. One hard copy set of Record Drawings.
n. Electronic files as requested.
11. General
a. All street construction shall follow the guidelines described in the CITY OF
FAYETTEVILLE Street Design Standards.
b. Plans shall be reducible, and legible, to scalable half size plans on 11" x17"
sheets. One set of reproducible plans will be provided for right-of-way. In
addition, provide preliminary and final plans on computer disk in a format
compatible with the current AutoCAD release used by the CITY OF
FAYETTEVILLE.
C. Record drawings shall be provided on computer disc in AutoCAD format in
addition to the reproducible drawings.
d. Attendance at one public meeting for discussion of route, design, and construction
is included.
e. Attend meetings with Owner and Agencies for plan review, project coordination
and right-of-way.
12. The services specified for the various phases of the Agreement shall be completed and all
stipulated documents shall be submitted to the OWNER in accordance with the project
schedule included as Appendix `B".
13. The ENGINEER should anticipate a 60 calendar day review period by the CITY OF
FAYETTEVILLE between the completion of one phase and the beginning of the
following phase. Additional time may be required for review by agencies.
14. The plans, specifications and contract documents authorized by this Agreement shall be
prepared to allow construction bids to be received and construction to be performed under
one construction contract. Demolition of building structures, if required, will be included
in the construction contract.
APPENDIX A — Scope of Services A-9 FY14-2118
Zion Road
15 The ENGINEER will provide construction contract administration including
advertisement and opening of bids.
16. The ENGINEER will provide construction observation services if requested by the CITY
OF FAYETTEVILLE. Full time observation shall be provided during installation of
water and sanitary sewer lines, all other observation services shall be as required by the
nature of the construction activities, minimum 50% attendance. Services may include;
1. Attend pre -construction meeting
2. General construction administration.
3. Change order preparation and review.
4. Pay request review.
5. Submittal review.
6. Final inspection.
Provision of this service is not included within the scope of this contract and, if required,
shall be negotiated as a contract amendment between The CITY OF FAYETTEVILLE
and the ENGINEER when required.
17. Subcontracting of services by the ENGINEER shall have prior approval of the OWNER.
APPENDIX A — Scope of Services A-10 FY14-2118
Zion Road
APPENDIX "C"
COMPENSATION
PROFESSIONAL SERVICES AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
ZION ROAD;
NORTH VANTAGE DRIVE TO NORTH CROSSOVER ROAD (HWY 265)
• CITY OF FAYETTEVILLE shall pay ENGINEER for Basic Services rendered an amount
equal to the cumulative hours charged to the Project for each class of ENGINEER's
employees multiplied by ENGINEER'S Hourly Rates as shown on the attached Exhibit "1
plus approved Reimbursable Expenses and ENGINEER's Consultant charges, if any.
ENGINEER's Hourly Rates as shown on the attached Exhibit " 1 " shall be adjusted
annually each January 1. For ENGINEER's Consultant charges, the CITY OF
FAYETTEVILLE shall pay the ENGINEER the amount billed to the ENGINEER times a
factor of 1.00.
• Basic Services: Payment by CITY OF FAYETTEVILLE based on ENGINEER's Hourly
Rates shall approximate the following schedule. Payment for a specific phase shall not
exceed the scheduled amount prior to completion of that phase. Underruns in one phase
may be used to offset overruns in another phase as long as the contract amount is not
exceeded.
Topographic, Boundary Mapping and
Construction Layout for ROW & Easements $ 77,104
Environmental Surveys and Permits $ (N/A)
Geotechnical Investigation/ Report $ 6,500
Hydrological Evaluation $ 3,500
Conceptual Design Phase $ 66,392
Preliminary Design Phase $ 68,214
Final Design Phase $ 349930
Water Relocation Design $ 24,000
Property Acquisition Documents $ 36,000
Easement Research & ARKUPS $ 5,000
APPENDIX C - Compensation C-1 FY14-2118
Zion Road
ID
$
I Task Name
1
9A Zion Road Project Design; City of Fayetteville
2
j
Design
3
®
Notice to Proceed
9A
4
9AConceptual
Design Phase - 30%
5
9A
City Review
B
9APreliminary
Design Phase - 60%
7
[
City Review
9AFinal
i
Design Phase - 90%
8
9
Authorization by City
10
9AFinal
Design Phase; Specifications & Drawings
11
9A
City Review
12
9A
Submit Bid Documents
13
9AGeotechnical
Investigations
14
i
r,
Topographical, Right of Way & Utility Surveys
Property Acquisition Documents
15
Duration
360 days
360 days
1 day
90 days
60 days
90 days
14 days
45 days
1 day
30 days
14 days
15 days
60 days
90 days
60 days
City of Fayetteville - Zion Road.
North Vantage Drive to North Crossover Road
Design Schedule
Start
Apr I Mav I Jun Jul Aua
Tue 5/6/14
Tue 5/6/14
Tue 5/6/14
Wed 5/7/14
Tue 8/5/14
Sat 10/4/14
Fri 1/2/15
Fri 1/16115'
Mon 3/2/15
Tue 3/3/15
Thu 4✓2/15
Thu 4/16/15'
Wed 5/28/14
Wed 517/14
Fri 1/2/15
I
I
I
I
I
2015
1 ------------------------
Project: Zion Road Project Design Sct Task Progress Summary External Tasks Deadline
1
Date: Fri 4/18/14 Split Milestone Project Summary External Milestone
\\192.168.1.2\K\2014\142118- Zion Road Phase II; Vantage to Crossover\Contracts�Zion Road Project Design Schedule.mpp, Fri 4/18/14
APPENDIX B
Project: Zion Road Project Design Sct Task Progress Summary External Tasks Deadline
1
Date: Fri 4/18/14 Split Milestone Project Summary External Milestone
\\192.168.1.2\K\2014\142118- Zion Road Phase II; Vantage to Crossover\Contracts�Zion Road Project Design Schedule.mpp, Fri 4/18/14
APPENDIX B
City of Fayetteville - Zion Road.
North Vantage Drive to North Crossover Road
Design Schedule
3 Notice to Proceed
Estimated date for Notice To Proceed - May 16th, 2014.
14 Topographical, Right of Way & Utility Surveys
Topographic Survey can proceed immediately Notice To Proceed is issued.
15 Property Acquisition Documents
Detailed ROW/ Easement acquisition documents will be provided once the Preliminary Design has been completed and approved,
APPENDIX B
\\192.168.1.2\K\2014\142118- Zion Road Phase II; Vantage to Crossover\Contracts\Zion Road Project Design Schedule.mpp, Fri 4/18/14
Bidding Services $ 7,500
Construction Administration $ 32,256
Construction Observation $ (N/A)
SUB -TOTAL Basic Services $ 361,396
■ Additional Services: Any and all Additional Services must be approved, and maximum
amount to be paid for said services agreed to, in writing by CITY OF FAYETTEVILLE
prior to rendering of same. CITY OF FAYETTEVILLE shall pay ENGINEER for
Additional Services rendered an amount equal to the cumulative hours charged to the
Project for each class of ENGINEER's employees multiplied by ENGINEER'S Hourly
Rates as shown on the Attached Exhibit "1", plus approved Reimbursable Expenses and
ENGINEER'S Consultant charges, if any. For ENGINEER's Consultant charges, the CITY
OF FAYETTEVILLE shall pay the ENGINEER the amount billed to the ENGINEER times
a factor of 1.00.
■ CITY OF FAYETTEVILLE shall pay ENGINEER the actual cost of Reimbursable
Expenses incurred in connection with Basic and Additional Services. Reimbursable
Expenses must be approved by the CITY OF FAYETTEVILLE prior to the incurrence of
such expenses. The estimated amount of Reimbursable Expenses to be incurred in
connection with Basic Services is:
SUB -TOTAL Reimbursable Expenses $ 10,000
The maximum payment to the ENGINEER for Basic Services and Reimbursable Expenses
under this Agreement shall not exceed
$ 371,396.
ENGINEER shall submit invoices monthly for services rendered and expenses borne. The
invoices shall be accompanied by a copy of the timesheets for all ENGINEER's personnel
working on the project.
The Hourly Rates used as a basis for payment mean salaries and wages (basic and incentive)
paid to all personnel engaged directly on the PROJECT, including, but not limited to,
engineers, architects, surveyors, designers, draftsman, specification writers, estimators,
other technical personnel, stenographers, typists and clerks; plus the cost of customary and
statutory benefits including, but not limited to, social security contributions, unemployment,
excise and payroll taxes, workers' compensation, health and retirement benefits, bonuses,
sick leave, vacation and holiday pay applicable thereto; plus operating margin or profit,
non -project operating costs, and all general and administrative overhead costs, including but
not limited to, furnishing and maintaining office facilities, furniture, utilities, vehicles and
equipment.
Reimbursable Expenses mean the actual expenses incurred directly or indirectly in
APPENDIX C - Compensation C-2
FY14-2118
Zion Road
connection with the PROJECT for printing and reproduction costs and ENGINEER'S
consultant charges. Any and all expenditures for reimbursable expenses must be approved
by the CITY OF FAYETTEVILLE prior to rendering or obtaining same. Overtime salary
costs are not considered Reimbursable Expenses.
APPENDIX C - Compensation C-3 FY 14-2118
Zion Road
City Of Fayetteville - Purchase Order (PO) Request
c4ul„"V" IVV
5/13/2014
(Not a Purchase Order)
All purchases under $2500 shall be used on a P-Card unless medical or 1099 service related. (Call x256 with questions)
KU Number:
xpec e MFelivery Uwe:
All PO Request shall be scanned to the Purchasing e-mail: Purchasing@ci.fayetteville.ar.us
Vendor #: Vendor Name:
Mali
7460 McClelland Consulting engineers, Inc.
Yes: No:_
Address: Fob Point:
Taxable
Quotes Attached
Yes:_ No:—
Yes: No:
City: State: Zip Code: Ship to code:
Divison Head Approval:
Requester: Requesters Employee #:
Extension:
Serina Tustin 3923
8242
Item
Description
Quantity
Unit of Issue
Unit Cost
Extended Cost
Account Numbers
Project/Subproject #
Inventory #
Fixed Asset #
1
Design and related services
for improvements to
1
$371,396.00
4520.9555.5314.00
60350.27
2
Zion Road between Vantage
Dr. and Crossover Rd.
$0.00
3
$0.00
4
$0.00
5
$0.00
6
$0.00
7
$0.00
8
$0.00
9
$0.00
10
$0.00
Shipping/Handling
Lot
$0.00
Special ns ructions=
Subtotal: $371,396.00
_ Tax:
Total: $371,396.00
Approvals:
Mayor: Department Directo 46Purchasing Manager:
Finance & Internal Services Director: Budget Manager: IT Manager:
Dispatch Manager: Utilities Manager: Other:
Revised 712f2008