Loading...
HomeMy WebLinkAbout165-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 165-20 File Number: 2020-0468 BURNS & MCDONNELL ENGINEERING COMPANY INC. SUPPLEMENT AGREEMENT NO. 1: A RESOLUTION TO APPROVE SUPPLEMENT AGREEMENT NO. 1 TO THE CONTRACT WITH BURNS & MCDONNELL ENGINEERING COMPANY, INC. IN THE AMOUNT OF $52,967.00 FOR ADDITIONAL WATER AND SEWER DESIGN SERVICES ASSOCIATED WITH THE HIGHWAY 112 PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, on June 4, 2019, the City Council approved a professional engineering services agreement with Burns & McDonnell Engineering Company, Inc. for engineering design services for the Highway 112 Project, Poplar Street to Drake Street; and WHEREAS, Supplement Agreement No. 1 will cover design services for utility adjustments and relocations that were not included in the original agreement. NOW, THEREFORE, 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 Mayor Jordan to sign Supplement Agreement No. 1 to the contract with Burns & McDonnell Engineering Company, Inc. in the amount of $52,967.00 for additional water and sewer design services associated with the Highway 112 Project. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 6/16/2020 Pape 1 Printed on V1 M0 Resolution: 165-20 File Number.' 2020-0468 Attest: If f If GLE R K t ��`�<y•' CITY'•�F'' .•yam,, Kara Paxton, City Clerk Treasurer ; FAYE�FV :; Ilvsgs ,C 1 Page 2 Printed on 0✓17/20 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0468 Agenda Date: 6/16/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 4 BURNS & MCDONNELL ENGINEERING COMPANY INC. SUPPLEMENT AGREEMENT NO. 1: A RESOLUTION TO APPROVE SUPPLEMENT AGREEMENT NO. I TO THE CONTRACT WITH BURNS & MCDONNELL ENGINEERING COMPANY, INC. IN THE AMOUNT OF $52,967.00 FOR ADDITIONAL WATER AND SEWER DESIGN SERVICES ASSOCIATED WITH THE HIGHWAY 112 PROJECT, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, on June 4, 2019, the City Council approved a professional engineering services agreement with Burns & McDonnell Engineering Company, Inc. for engineering design services for the Highway 112 Project, Poplar Street to Drake Street; and WHEREAS, Supplement Agreement No. 1 will cover design services for utility adjustments and relocations that were not included in the original agreement. NOW, THEREFORE, 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 Mayor Jordan to sign Supplement Agreement No. 1 to the contract with Burns & McDonnell Engineering Company, Inc. in the amount of $52,967.00 for additional water and sewer design services associated with the Highway 112 Project. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas page I Printed on 611712020 Paul Libertini Submitted By City of Fayetteville Staff Review Form 2020-0468 Legistar File ID 6/16/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 2/29/2020 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: A Resolution to approve Supplement Agreement No. 1 to the contract with Burns & McDonnell Engineering Company, Inc. in the amount of $52,967.00 for additional water & sewer design services associated with the Hwy 112 (Poplar St. - Drake St.) project, and to approve a Budget Adjustment. 4470.800.8835-5314.00 Account Number 06035.3800 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Budget Impact: Sales Tax Capital Improvement Fund Hwy 112 (Poplar St - Drake St) Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 423,445.00 $ 423,445.00 7771 $ 52,967.00 $ 52,967.00 $ - V20180321 Purchase Order Number: 2019-00000505 Previous Ordinance or Resolution # 137 19 Change Order Number: Original Contract Number: 2019-00000026 Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF JUNE 16, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Paul Libertini, Staff Engineer �ve DATE: May 29, 2020 CITY COUNCIL MEMO SUBJECT: Hwy 112/Garland Ave (Janice Ave to Drake St) — Design Supplemental Agreement No. 1 with Burns & McDonnell Engineering Company RECOMMENDATION: Staff recommends City Council approval of Supplemental Design Agreement No. 1 with Burns & McDonnell Engineering Company in the amount of $52,967.00 for additional engineering services. BACKGROUND: On January 3, 2017, the City Council approved the City's participation in a revised Partnering Agreement with the Arkansas Department of Transportation (ARDOT) to make needed improvements to Hwy 112 (Resolution 27-17). Upon completion of the improvements to Hwy 112, the City agreed to assume ownership and responsibility of Hwy 112 from Hwy 16 (15th St) to Interstate 49. This resolution also authorized Mayor Jordan to execute all appropriate agreements and contracts necessary to expedite the construction of this project. On September 19, 2017, the Mayor signed the Agreement of Understanding with ARDOT obligating the City to manage the improvements of Hwy 112 from Poplar Street to Drake Street. The City will be managing project design, right-of-way acquisition, utility relocations, bidding and construction inspection. On June 4, 2019, the Mayor signed the Agreement for Engineering Services with Burns & McDonnell Engineering Company, Inc. in the amount of $618,186.00 to develop construction plans for this street widening project. DISCUSSION: Burns & McDonnell Engineering Company has completed the 30% plans which have been reviewed by both the ARDOT and the City. In the original agreement, it was stated that after the 30% plans had been developed, the impact to the existing water & sewer facilities would be better determined, and that a Supplemental Agreement would be executed for the additional professional services to design the utility adjustments and relocations. The attached Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Supplemental Agreement No. 1 has been reviewed and approved by the ARDOT with concurrence from City staff. BUDGET/STAFF IMPACT: This project will be fully (100%) funded by the Arkansas Department of Transportation. The City will make the initial payments to the Consultant from the Transportation Bond Program fund and then request 100% reimbursement from the Department. Attachments: Supplemental Agreement No. 1 with Burns & McDonnell Engineering Company Supplemental Agreement No. 1 Job No. 040720 Poplar St. — Drake St. (Fayetteville) (S) Washington County r� Date: zwo WHEREAS, the City of Fayetteville, Arkansas and Burns & McDonnell Engineering Company, Inc. entered into an Agreement for Engineering Services on June 4, 2019; and, WHEREAS, representatives of the City of Fayetteville requested work in addition to that defined in the Agreement. NOW THEREFORE, the following modifications will be made to the Agreement: MODIFICATIONS: 1) The "Contract Ceiling Price" (Section 1.2) is increased from $618,186 to $671,153. 2) The 'Title I Services Ceiling Price" (Section 1.13) is increased from $618,186 to 671 153. 3) The fixed fee (Section 3.4) is increased from $49,020 to $53,559. 4) The Scope of Work (Appendix A-1) is modified as follows: Section C.4.1) Water & Sewer Facilities is being added to the Scope of Work. As part of these services, Engineer will prepare preliminary (50%) and final (90/100%) plans, specifications, bid documents, and assist in preparation of reimbursement agreements. 5) The duration (Section 17.1) for Title I Services shall remain unchanged at 24 months. 6) See Attachment A-2 for modifications to Appendix A - Justification of fees and costs. 7) See Attachment B-2 for Subconsultant Agreement with Harbor Environmental, Inc. 8) See Attachment C-213 for Certification of Subconsultant from Harbor Environmental, Inc. IN WITNESS WHEREOF, the parties execute this Supplemental Agreement No. 1, to be effective upon the date set out above. BURNS & MCDONNELL CITY OF F YETTEVILLE, AR ENGINEERING COMPANY, INC. Pj Digitally signed by Steven Beam — Date 2020-05 28 BY: 15 34.44-05*00'wrz Steven Beam, P.E. f Li el ordan Business Manager nay Attachment A-2 - Justification of Costs and Fees April 30, 2020 JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S) Washington County TOTAL PROJECT SUMMARY-SA#1 TITLE I SERVICES HOURS SALARY FEE EXPENSES TOTAL PROJECT MANAGEMENT 160 $24,597 $2,952 $o $27,549 ENVIRONMENTAL CLEARANCE DOCUMENTATION 342 $46,702 $5.604 $3.536 $55.842 SUPPLEMENTAL AGREEMENT NO. 1 -67 ($9,375) ($1.125) ($700) ($11.200) TRAFFIC DESIGN & PLANS 138 $18,673 $2241 $249 $21,163 ROADWAY DESIGN & PLANS 2,447 $318,521 $38,223 $175 $356,919 BRIDGE DESIGN & PLANS 0 $o $0 $o $0 FLOODPLAIN MODELING o $0 $0 $o $o ROW DESIGN & PLANS FIELD SURVEYS AND MAPPING GEOTECHNICAL WATER & SEWER RELOCATION DESIGN (SA No. 1) 378 $47,198 $5.664 $105 $52,967 ORIG. SUBTOTAL TITLE 1 3,087 $408,493 $49,020 $3,960 $461,473 SUPPLEMENTAL NO. 1 SUBTOTAL TITLE 1 311 $37,823 $4,539 ($595) $a1,7s7 ADJ. SUBTOTAL TITLE 1 3,398 $446,316 $53,559 $3,365 $503,240 SUBCONSULTANTS TITLE I McClelland Consulting Engineers, Inc. 1,798 $124,843 $14,981 $16.889 $156.713 Harbor Environmental (Supplemental Agreement No. 1) 87 $8,964 $1,076 $1.160 $11.200 ORIG. SUBTOTAL SUBCONSULTANTS TITLE 1 1,798 $124,843 $14,981 $16,889 $156,713 ADJ. SUBTOTAL SUBCONSULTANTS TITLE 1 1,885 $133,807 $16,057 $18,049 $167,913 ORIG. TOTAL TITLE I 1 4,885 1 $533,336 $64,001 $20,849 $618,186 ADJ. TOTAL TITLE 1 1 5,283 1 $580,123 $69,616 $21,414 $671,153 Attachment A-2 - Justification of Costs and Fees April 30, 2020 JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S) Washington County ENVIRONMENTAL CLEARANCE DOCUMENTATION-SA#1 MANHOURS TASK PD PM SE AES SES STES CAD/DES ASST TOTAL Data Collection 0 Constraints Map 0 Cultural Resources and Historic Properties Desktop Research 0 Field Investigation 0 CR Report & SHPO Coordination 0 Biological Investigations Wetland Surveys & Delineation -6 -16 -22 Wetlands Report -2 -12 -14 USACE Coordination/Jurisdictional Determination -4 -4 Threatened & Endangered Species Investigation -6 -6 USFWS Coordination -4 -4 Hazard ouslRegulated Materials Desktop Research & Findings -6 -6 Other Studies and Investigations Section 4(f) and 6(0 Investigation -8 -8 Noise Analysis & Report 0 Other Studies 0 Public Involvement Meeting Prepare meeting materials 0 Meetings attendance and debriefings -4 -4 Public comment review and summary -4 -4 Categorical Exclusion Document Prepare CE Document 5 5 TOTAL MH - ENV. CLEAR. DOC. 0 0 0 -8 19 -40 0 0 -67 LABOR COSTS Category - Description Rate MH Amount PD - Project Director $75.00 0 $0 PM - Project Manager $65.00 0 $0 AES -Assoc. Environmental Scientist $60.00 -8 ($480) SE - Senior Engineer $50.00 0 $0 SES - Senior Environmental Scientist $48.00 -19 ($912) STES - Staff Environmental Scientist $38.00 -40 ($1,520) CAD/DES - CAD/Designer $30.00 0 $0 ASST - Project Assistant $25.00 0 $0 Subtotal ($2,912) Overhead 221.95% ($6,463) Subtotal ($9,375) Fee ($1,125) FCCM 0.00% $0 Subtotal Labor Costs ($10,500) Attachment A-2 - Justification of Costs and Fees April 30, 2020 JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S) Washington County ENVIRONMENTAL CLEARANCE DOCUMENTATION-SA#1 EXPENSES ITEM Quantity Unit Rate Amount Printing (8 1/2 x 11 B&W) (100) each $0.08 ($8) Printing (11 x 17) each $0.35 $0 GPS Equipment wk $450.00 $0 EDR database search each $175.00 $0 Travel (Mileage. Rental Car. Airfare) (1) Allowance $550.000 ($550) Lodging (1) each $91.00 ($91) Meals (per day) (1) each $51.00 ($51) Public Meeting Materials (Large Format) Allowance $1,500.00 $0 Subtotal Expenses ($700) TOTAL COSTS - ENVIRONMENTAL CLEARANCE DOCUMENTATION-SA#1 ($11,200) BASIS OF ESTIMATE Description Number Public Meetings 1 Alternatives Evaluations 1 Description This estimate is based on preparing a Categorical Exclusion Document for environmental clearance. An EA or EIS will require a supplemental agreement. Cultural Resources investigation is limited to proposed ROW limits and no deep testing is included. It is assumed that no archaeological sites will be located so no mitigation plans or additional consulting with SHPO is included in the scope. It is assumed that no wetlands are on -site and no delineations will be required. Presence or absence surveys of listed threatened or endangered species are not included in the scope. Attachment A-2 - Justification of Costs and Fees April 30, 2020 JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S) Washington County WATER & SEWER RELOCATION DESIGN & PLANS MANHOURS TASK PD PM SE STRE STFE CAD/DES ASST TOTAL Design Criteria 0 Preliminary Design (50%) Sewer Line Plan & Profiles 8 24 24 56 Water Line Plan &`Profiles 8 20 24 52 Details 4 4 20 28 Cost Estimate 4 16 20 Final Design (90%/100%) Sewer Line Plan & Profiles 4 16 16 36 Water Line Plan &'Profiles 4 10 16 30 Details 16 16 Cost Estimate 4 16 20 Specifications 4 16 20 Bid Preparation & Bidding Phase Services 40 40 80 Reimbrusement Agreement Preparation 4 16 20 & SEWER RELOCATION DESIGN & PLANS 0 44 0 0 178 156 0 37a LABOR COSTS Category - Description Rate MH Amount PD - Project Director $75.00 0 $0 PM - Project Manager $65.00 44 $2.860 SE - Senior Engineer $50.00 0 $0 STRE - Structural Engineer $50.00 0 $0 STFE - Staff Engineer $40.00 178 $7.120 CAD/DES - CAD/Designer $30.00 156 $4.680 ASST - Project Assistant $25.00 0 $0 Subtotal $14.660 Overhead 221.95% $32,538 Subtotal $47,198 Fee $5.664 FCCM 0.00% $0 Subtotal Labor Costs $52,862 EXPENSES ITEM Quantity Unit Rate Amount Printing (11 x 17) 300 each $0.35 $105 Plotting (22 x 34) 0 each $1.35 $0 Subtotal Expenses $105 TOTAL COSTS - WATER & SEWER RELOCATION DESIGN & PLANS $52,967 BASIS OF ESTIMATE Description Approximately 1900 LF of 8" sanitary sewer to be designed for relocation. Approximately 4500 LF of 12" water line to be designed for relocation. A2-10 Attachment A-2 - Justification of Costs and Fees April 30, 2020 JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S) Washington County SUBCONSULTANT SUMMARY-SA#1 TITLE I SERVICES HOURS SALARY FEE EXPENSES TOTAL ENVIRONMENTAL CLEARANCE DOCUMENTATION-SA#1 87 $8.964 $1.076 $1.160 $11.200 ROADWAY 84 $10.512 $1.261 $0 $11.773 FIELD SURVEYS AND MAPPING 998 $66.208 $7.945 $1.445 $75.598 ROW DESIGN & PLANS 547 $36,855 $4.423 $0 $41.278 GEOTECHNICAL 169 $11_268 $1.352 $15.444 $28.064 ORIG. SUBCONSULTANT TOTAL TITLE 1 1,798 $124,843 $14,981 $16,889 5156,713 SUBCONSULTANT TOTAL TITLE I - SA#1 1 87 1 $8,964 $1,076 1 $1,160 s11,Y00 ADJ. SUBCONSULTANT TOTAL TITLE I - SA#1 1,885 $133,807 $16,057 $18,049 5167,913 SUBCONSULTANT TOTAL TITLE II 0 $0 $0 $0 ORIG. SUBCONSULTANT TOTAL PROJECT 1,798 124,843 14,981 16,889 s1ss,713 ADJ. SUBCONSULTANT TOTAL PROJECT 1,885 133,807 16,057 18,049 s167,913 Attachment A-2 - Justification of Costs and Fees April 30, 2020 JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S) Washington County ENVIRONMENTAL CLEARANCE DOCUMENTATION-SA#1 Harbor Environmental, Inc. MANHOURS TASK DIR SPM PM CAD ADM TOTAL Data Collection 2 4 8 14 Constraints Map 0 Cultural Resources and Historic Properties Desktop Research 0 Field Investigation 0 CR Report & SHPO Coordination 0 Biological Investigations Wetland Surveys & Delineation 2 12 14 Wetlands Report 1 2 12 2 17 USACE Coordination/Jurisdictional Determination 1 4 5 Threatened & Endangered Species Investigation 4 4 USFWS Coordination 1 4 5 Hazardous/Regulated Materials Desktop Research & Findings 2 8 10 Other Studies and Investigations Section 4(f) and 6(f) Investigation 2 4 12 18 Noise Analysis & Report 0 Other Studies 0 Public Involvement Meeting Prepare meeting materials 0 Meetings attendance and debriefings 0 Public comment review and summary 0 Categorical Exclusion Document Prepare CE Document 0 TOTAL MH - ENV. CLEAR. DOC. 5 16 64 2 0 0 0 0 87 LABOR COSTS Category - Description Rate MH Amount Director/Professional Engineer $43.00 5 $215 Senior Project Manager $40.00 16 $640 Project Manager $35.00 64 $2,240 CADD Draftsman $33.00 2 $66 Administrative $25.00 0 $0 $0.00 0 $0 $0.00 0 $0 $0.00 0 $0 Subtotal $3,161 Overhead 183.58% $5,803 Subtotal $8,964 Fee $1,076 FCCM 0.00% $0 Subtotal Labor Costsl $10,040 Attachment A-2 - Justification of Costs and Fees April 30, 2020 JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S) Washington County ENVIRONMENTAL CLEARANCE DOCUMENTATION-SA#1 Harbor Environmental, Inc. EXPENSES ITEM Quantity Unit Rate Amount Printing (8 112 x 11 B&W) 500 each $0.08 $40 Printing (11 x 17) 100 each $0.35 $35 GPS Equipment 1 wk $250.00 $250 EDR database search 1 each $350.00 $350 Travel (Mileage. Rental Car. Airfare) 1 Allowance $250.000 $250 Lodging 1 each $125.00 $125 Meals (per day) 2 1 each $55.00 $110 Subtotal Expenses $1,160 TOTAL COSTS - ENVIRONMENTAL CLEARANCE DOCUMENTATION-SAM $11,200 BASIS OF ESTIMATE Description Number Public Meetings Alternatives Evaluations Description This estimate is based on preparing a Categorical Exclusion Document for environmental clearance. An EA or EIS will require a supplemental agreement. Presence or absence surveys of listed threatened or endangered species are not included in the scope. APPENDIX B-2 SUBCONSULTANT AGREEMENT JOB NO. 040720 Poplar St. — Drake St. (Fayetteville) (S) Washington County 1. SUBCONSULTANT AGREEMENT 1.1. The services to be performed under this Subconsultant Agreement will be performed in connection with the Agreement for Engineering Services ("Prime Agreement") between the Burns & McDonnell Engineering Company. Inc. ("Consultant") and the City of Fayetteville ("Owner") for Job 040720, dated June 4 2019. Consultant and Harbor Environmental, Inc. ("Subconsultant") hereby agree that the Subconsultant shall perform the professional and related services as described herein. In consideration for the performance of the professional services the Consultant agrees to compensate (and reimburse, if applicable) the Subconsultant in the manner and at the rate(s) provided herein. 1.2. The definitions of the Prime Agreement, and its provisions relating to the obligations, duties. and rights of subcontractors, or which are otherwise required to be inserted into any subcontracting agreements, are deemed to be part of, and are hereby incorporated by reference into, this Subconsultant Agreement and made binding upon the Subconsultant. 1.3. The Subconsultant shall perform its services in character, sequence, and timing so that it will be coordinated with that of the Consultant and in accordance with any schedules provided by the Consultant. Subconsultant shall be responsible for damages to Consultant or Owner to the extent caused by Subconsultant's delay. 2. DESCRIPTION OF PROJECT AND SERVICES TO BE PROVIDED 2.1. ENVIRONMENTAL DATA COLLECTION Preliminary environmental data associated with the proposed project area will be collected and assessed for the social, economic, and environmental impacts area. Data related to the impact areas should be including, but not restricted to: 1. Hazardous Materials 2. Wetlands and Stream Impacts 3. Water Quality, including Public Drinking Supplies 4. Farmland 5. Migratory Birds 6. Terrestrial and Aquatic Communities 7. Endangered and Threatened Species 8. Recreational Areas 9. Section 4(f) and 6(f) properties 10. Secondary and Cumulative Impacts 2.2. BIOLOGICAL INVESTIGATIONS The Subconsultant will conduct wetland surveys and delineations to determine the limits of all jurisdictional waters of the United States and potential jurisdictional wetlands within the project limits. The area of project impact to jurisdictional waters, including wetlands B2-1 and streams, will be determined to permit the project under Section 404 of the Clean Water Act. Wetlands will be delineated using the U.S. Army Corps of Engineers (USACE) Wetland Delineation Manual of 1987 and applicable supplemental guidance published by the USACE. The Subconsultant will contact the U.S. Fish and Wildlife (USFWS) to ensure all state and federally listed threatened and endangered species of concern are identified, as well as their habitat areas, to avoid/minimize impacts. This coordination will assist in providing guidelines from these agencies on existence, habitat and mitigation. If suitable habitat for any listed threatened or endangered species is encountered within potential location alternatives, it may be necessary to survey for the species. Presence and absence surveys for any listed threatened or endangered species are not included as a part of this scope. 2.3. HAZARDOUS/REGULATED MATERIALS The Subconsultant shall conduct a literature and database review and a visual survey to identify potential hazardous/regulated material sites in the vicinity of the proposed project. The results of this effort shall be documented in the Environmental Documentation. The work shall include: 1. Overview and Summary of Hazardous Material Sites within the Study Area- This initial screening will include a review and evaluation of applicable state and federal regulatory agency databases. 2. Identification of Sites of Concern - A review and evaluation of the following list will be performed for the reasonable and feasible alternatives. CERCLA, NPL, RCRA, RST, LRST, State Superfund, city/county Solid Waste Landfills. 3. Visual survey of the study area. 2.4. OTHER ENVIRONMENTAL STUDIES, ANALYSES AND INVESTIGATIONS The Subconsultant shall conduct all other environmental studies, analyses and investigations in accordance with FHWA/ ARDOT requirements for a CE for a transportation improvement project. The other environmental studies, analyses, and investigations will include the following: Air quality, hazardous materials, wetlands and stream impacts, water quality, including public drinking supplies, farmland impacts, terrestrial and aquatic communities, endangered and threatened species, recreational areas, and Section 4(f) and 6(f) properties. 2.5. ENVIRONMENTAL DOCUMENT Provide Engineer with necessary reports and documentation pertaining to the Subconsultant's Scope of Work in support of the Environmental Document. 3. COSTS, FEES, PAYMENTS AND RATE SCHEDULES 3.1. This Agreement is a cost -plus -fixed -fee contract. The Subconsultant is being hired to perform professional engineering services in connection with the Project as set forth herein. In consideration for Title I services performed, the Consultant will reimburse the Subconsultant for allowable direct and indirect costs, as defined herein, and pay the Subconsultant a fixed fee. If Title II services are to be performed, the Consultant will reimburse the Subconsultant for allowable direct costs and also pay the Subconsultant an amount determined by multiplying the salary rate of the individual(s) performing the Title II services, as shown on the Schedule of Salary Ranges, by the Title II Multiplier. 132-2 3.2. "Indirect Cost Rate." The Indirect Cost Rate is defined in the provisions of 48 CFR Part 31 (FAR), and is also subject to any limitations contained herein. The Indirect Cost Rate for the Subconsultant under this Agreement shall be 183.58 percent (FY2018) until modified in writing and is based upon acceptance of an updated audited indirect cost rate by the Department. 3.3. Salaries. The following schedule covers the classification of personnel and the salary ranges for all personnel anticipated to be assigned to this project by the Subconsultant: 3.3.1.SCHEDULE OF SALARY RANGES Staff Classification Low Rate per Hour High Rate per Hour Director/ Professional Engineer $40.00 $60.00 Senior Project Manager $40.00 $60.00 Project Manager $30.00 $48.00 CADD Draftsman $25.00 $35.00 Administrative Assistant $18.00 $35.00 3.3.2. The Consultant shall reimburse the Subconsultant for overtime costs only when the overtime has been authorized in writing by the Owner. When authorized, overtime shall be reimbursed at the rate of time and one-half for all nonexempt employees. Notwithstanding this provision, the Subconsultant must comply with all federal and state wage and hour laws and regulations, regardless whether the overtime is considered reimbursable under this Agreement. 3.4. "Title I Services Ceiling Price." The Title I Services Ceiling Price for this Agreement is $11,200.00, inclusive of a fixed fee of $1,076.00. The Title I Services Ceiling price is the maximum aggregate amount of all payments that the Consultant may become obligated to make to Subconsultant under this Agreement for fees and costs related to Title I Services. In no event, unless modified in writing, shall total payments by the Consultant related to Title I Services exceed the Title I Services Ceiling Price. The Subconsultant shall not be entitled to receive adjustment, reimbursement, or payment for, nor shall the Subconsultant, its officers, agents, employees, or representatives, incur any liability for, any fee or cost related to, Title I Services exceeding the Title I Services Ceiling Price. 3.5. Payment to Subconsultant will be made within fifteen (15) days after Consultant is paid by Owner for Subconsultant's services. Subconsultant recognizes that payment by Owner to Consultant shall be a condition precedent to Consultant's obligation to make payment hereunder, and that payment to Subconsultant is directly contingent upon Owner's payment to Consultant. 3.6. If required by the Owner or Consultant, lien waivers, properly executed by Subconsultant, shall be furnished with each invoice from Subconsultant in the form of the lien waiver required by Consultant. 3.7. Consultant may withhold payment to Subconsultant, in whole or in part, to the extent reasonably necessary to protect Consultant from loss on account of: (a) defective services not remedied; (b) claims by Owner or other third party or evidence reasonably indicating the probable filing of claims; (c) failure of Subconsultant to make payments to any subconsultant; (d) any cost for which Subconsultant is responsible under this Agreement; or (e) a breach by Subconsultant of any provision of this Agreement. When the grounds for withholding payments are removed, payment of such withheld amounts shall be made. B2-3 No interest shall be due or payable by Consultant on amounts withheld in good faith pursuant to this paragraph. 3.8. Payment to Subconsultant does not constitute or imply acceptance by Consultant or Owner of any portion of the Subconsultant's services and shall not constitute a waiver of any claims against Subconsultant. 4. COMPENSATION SUBJECT TO LIMITATIONS OF FEDERAL AND STATE LAW The Project (as defined in the Prime Agreement), part of which is to be performed under this Subconsultant Agreement, is a federally -assisted project and federal funds will be used. in part, to pay the Consultant and Subconsultant. Therefore, notwithstanding any provision of this Subconsultant Agreement or the Prime Agreement, all payments, costs, and expenditures are subject to the requirements and limitations of FAR, including those relating to determination of indirect cost rates, if applicable. The Subconsultant shall certify the accuracy of all invoices, requests for payment, and cost rates (if applicable), along with supporting documentation and any supporting information or records provided prior to, during, or after the term of this Subconsultant Agreement. 5. COMMISSION, ARDOT, AND FHWA AS THIRD PARTY BENEFICIARIES 5.1. This Subconsultant Agreement is between and binding upon only the Consultant and Subconsultant. The Commission, ARDOT, and FHWA are not parties to this Subconsultant Agreement, but are expressly made third -party beneficiaries of this Subconsultant Agreement and shall be entitled to enforce any obligation of the Subconsultant owed to the Consultant. No provision of this Subconsultant Agreement or the Prime Agreement, nor the exercise of any right thereunder, shall be construed as creating any obligation or any liability on the part of, or operating as a waiver of any immunity of, the Commission, the ARDOT, the FHWA, or any of their employees, officers, or agents. 5.2. The Subconsultant's sole recourse, if any, for any injury arising under or related to this Subconsultant Agreement, the performance of services hereunder, or compensation or claims hereunder, shall be against the Consultant. 5.3. The Disputes and Claims provisions of the Prime Agreement shall not apply to this Subconsultant Agreement. However, the Subconsultant shall provide the Consultant all necessary information and assistance to enable Consultant to comply with the Disputes and Claims provisions. 6. RECORDS & AUDITS 6.1. Records includes books, documents, accounting procedures and practices, and other data, regardless of type and regardless of whether such items are in written form, in the form of computer data, or in any other form. 6.2. Examination. The Subconsultant shall maintain, and the Owner, ARDOT, FHWA, and their authorized representatives shall have the right to examine and audit all records and other evidence sufficient to reflect properly all costs (direct and indirect) claimed to have been incurred or anticipated to be incurred in performance of this Agreement. This right of examination shall also include examination and audit of any records considered, relied upon, or relating to the determination of the Indirect Cost Rate or any certification thereof, including any CPA audit relied upon to establish the rate. This right of B2-4 examination shall also include inspection at all reasonable times of the Subconsultant's offices and facilities, or parts of them, engaged in performing the Agreement. 6.3. Supporting Data. If the Subconsultant has been required to submit data in connection with any action relating to this Agreement, including the negotiation of or pre - negotiation audit of the Indirect Cost Rate, the negotiation of the Fee, request for cost reimbursement, request for payment, request for an adjustment, or assertion of a claim, the Owner, ARDOT, FHWA, or their authorized representatives, in order to evaluate the accuracy, completeness, and accuracy of the data, shall have the right to examine and audit all of the Subconsultant's records, including computations and projections, related to— • The determination or certification of the Indirect Cost Rate, including any independent CPA audit or certification thereof; • Any proposal for the Agreement, subcontract, or modification; • Discussions conducted on the proposal(s), including those related to negotiating; • Fees or allowable costs under the Agreement, subcontract, or modification: • Performance of the Agreement, subcontract or modification; or, • The amount and basis of any claim or dispute. 6.4. Audit. The Owner, ARDOT, FHWA, or their authorized representatives, shall have access to and the right to examine any of the Subconsultant's records involving transactions related to this Agreement or a subcontract hereunder. 6.5. Reports. If the Consultant is required to furnish cost, funding, or performance reports, the Owner, ARDOT, FHWA, or their authorized representatives shall have the right to examine and audit the supporting records and materials, for the purpose of evaluating (1) the effectiveness of the Consultant's policies and procedures to produce data compatible with the objectives of these reports and (2) the data reported. 6.6. Availability. The Consultant shall retain and make available at its office at all reasonable times the records, materials, and other evidence described in this Section and in the Prime Agree Section 29, Disputes and Claims, for examination, audit, or reproduction, until five years after final payment under this Agreement, or for any longer period required by statute or by other clauses of this Agreement. In addition- 6.6.1. If this Agreement is completely or partially terminated, the records relating to the work terminated shall be retained and made available for five years after the termination, and, 6.6.2. Records relating to any claim or dispute, or to litigation or the settlement of claims arising under or relating to this Agreement shall be retained and made available until after any such claims or litigation, including appeals, are finally resolved. 6.7. The Subconsultant shall insert a clause containing all the terms of this section in all subcontracts under this Agreement. 132-5 7. PATENT AND COPYRIGHT INFRINGEMENT 7.1. The Subconsultant shall report to the Consultant and to the Owner, promptly and in reasonable written detail, each notice or claim of patent or copyright infringement based on the performance of this Agreement of which the Subconsultant has knowledge. 7.2. In the event of any claim or suit against the Owner on account of any alleged patent or copyright infringement arising out of the performance of this Agreement or out of the use of any supplies furnished or work or services performed under this Agreement, the Subconsultant shall furnish to the Consultant and Owner, when requested by the Consultant and/or the Owner, all evidence and information in possession of the Subconsultant pertaining to such suit or claim. Such evidence and information shall be furnished at the expense of the Subconsultant. 7.3. The Subconsultant agrees to include, and require inclusion of, the provisions of this section in all subcontracts at any tier for supplies or services. 7.4. The Subconsultant shall indemnify the Owner and its officers, agents, and employees against liability, including costs and attorneys' fees, for infringement of any United States patent or copyright arising from the manufacture or delivery of supplies. the performance of services, or the construction, alteration, modification, or repair of real property under this Agreement, or out of the use or disposal by or for the account of the Owner of such supplies or construction work. 7.5. This indemnity shall not apply unless the Subconsultant shall have been informed within ten (10) business days following the Owner's receipt of legal notice of any suit alleging such infringement and shall have been given such opportunity as is afforded by applicable laws, rules, or regulations to participate in its defense. Further, this indemnity shall not apply to (1) an infringement resulting from compliance with specific written instructions of the Owner directing a change in the supplies to be delivered or in the materials or equipment to be used, or directing a manner of performance of the Agreement not normally used by the Subconsultant, (2) an infringement resulting from addition to or change in supplies or components furnished or construction work performed that was made subsequent to delivery or performance, or (3) a claimed infringement that is unreasonably settled without the consent of the Subconsultant, unless required by final decree of a court of competent jurisdiction. 8. SUBCONTRACTING 8.1. Unless expressly disclosed in Appendix B, the Subconsultant may not subcontract any of the services to be provided herein without the express written approval of the Consultant and Owner. All subcontractors, including those listed in Appendix B, shall be bound by the terms of this Agreement. All subcontractors shall be subject to all contractual and legal restrictions concerning payment and determination of allowable costs, and subject to all disclosure and audit provisions contained herein and in any applicable federal or state law. 8.2. Unless the consent or approval specifically provides otherwise, neither consent by the Consultant or Owner to any subcontract nor approval of the Subconsultant's purchasing system shall constitute a determination (1) of the acceptability of any subcontract terms or conditions, (2) of the acceptability of any subcontract price or of any amount paid under any subcontract, or (3) to relieve the Subconsultant of any responsibility, obligation, or duty under this Agreement. B2-6 8.3. No subcontract placed under this Agreement shall provide for payment on a cost -plus - a -percentage -of -cost basis, and any fee payable under cost -reimbursement subcontracts shall not exceed the fee limitations of the FAR. 8.4. Furthermore, notwithstanding any other provision within this Agreement, no reimbursement or payment for any markup of the cost of any subcontract shall be considered by the Owner without the express written agreement of the Owner. 8.5. Prompt Payment. The Subconsultant shall pay subcontractors for satisfactory performance of their subcontracts within 30 days of receipt of each payment by the Consultant to the Subconsultant. Any retainage payments held by the Subconsultant must be returned to the subcontractor within 30 days after the subcontractor's work is completed. Failure to comply with this provision shall be considered a Default by the Subconsultant. If the Subconsultant fails to comply with this provision, in addition to any other rights or remedies provided under this Agreement, the Owner, at its sole option and discretion. may: • make payments directly to the subcontractor and offset such payments, along with any administrative costs incurred by the Owner, against reimbursements or payments otherwise due the Subconsultant: • notify any sureties; and/or, • withhold any or all reimbursements or payments otherwise due to the Subconsultant until the Subconsultant ensures that the subcontractors have been and will be promptly paid for work performed. 9. RESTRICTIONS ON EMPLOYMENT OF PRESENT AND FORMER EMPLOYEES The Subconsultant agrees to a 6 month restriction on employment of present and former employees of Owner regarding matters for which a former employee was officially responsible. 10. INSURANCE 10.1. Professional Liability Insurance Coverage. The Subconsultant shall maintain at all times during the performance of services under this Agreement professional liability insurance coverage for negligent acts, errors, and omissions to the extent caused by the performance of professional services under this Agreement in an amount per claim of $1,000,000 per claim and aggregate. Such insurance shall extend to any errors, omissions, and negligent acts in the performance of services under this Agreement committed by the Subconsultant or alleged to have been committed by the Subconsultant subject to the terms of the policy. 10.2. Deductible. The Subconsultant may maintain a professional liability insurance policy with a deductible clause. The Subconsultant shall submit promptly to the Consultant, upon request as often as quarterly, detailed financial statements and any other information requested by the Consultant to reasonably determine whether or not the Subconsultant's financial resources are sufficient to adequately cover possible liability in the amount of the deductible. 10.3. Worker's Compensation Insurance. The Subconsultant shall at all times during the Term of this Agreement maintain Worker's Compensation and Employers Liability Insurance as required under Arkansas law. i32-7 10.4. Automobile and General Liability Insurance. The Subconsultant shall at all times during the term of this Agreement maintain commercial general liability insurance coverage for bodily injury and property damage in the combined single limit of $1,000,000 per occurrence and aggregate, and business automobile liability insurance coverage for bodily injury and property damage in the combined single limit of $1,000,000 per accident, which shall cover all owned, hired, and non -owned vehicles. 10.5. Valuable Papers Insurance. The Subconsultant shall at all times during the term of this Agreement maintain Valuable Papers Insurance, whether as a part of the General Liability Insurances referenced above or as a separate insurance, in an amount sufficient to cover all costs associated with repairing, restoring, or replacing any plans, drawings, field notes, and other documents kept or created by the Subconsultant as part of the services under this Agreement, in the event of casualty to, or loss or theft of such papers. 10.6. Contractor's Pollution/Environmental Impairment Liability Insurance. NOT REQUIRED. 10.7. Insurance Certificates. Prior to the execution of this Agreement, the Subconsultant shall furnish to the Consultant certificates of insurance reflecting policies in force, and it shall also provide certificates evidencing all renewals of any expiring insurance policy required hereunder within thirty (30) days of the expiration thereof. The Subconsultant's failure to provide and continue in force and effect any insurance required under this Article shall be deemed a Default for which Consultant, in its sole discretion, may terminate this Agreement immediately or on such other terms as it sees fit. 10.8. Additional Insurance Requirements. All insurance maintained by the Subconsultant pursuant to this Section shall be written by insurance companies authorized to do business in Arkansas, in form and substance reasonably satisfactory to the Consultant, and shall provide that the insurance will not be subject to cancellation during its term except upon thirty (30) days prior written notice to the Consultant. In the event that the insurance is cancelled, during its term and thirty (30) days written notice cannot be provided to the Consultant, the Subconsultant shall provide any insurance required under this Article for continual coverage upon expiration of the existing policy or become financially responsible for any claims associated with the expired period. 10.9. Duration of Insurance Obligations. The Subconsultant shall maintain its professional insurance coverage required under this Agreement in force and effect for a period not less than one year after the final completion of the Subconsultant's services under this Agreement. Commercial General Liability Insurance Coverage and Valuable Papers Insurance Coverage required under this Agreement shall be in full force and effect until the final completion of the Subconsultant's services. All other insurance shall be maintained in full force and effect until final completion of the Subconsultant's services. 10.10. Subconsultant's Insurance Primary. All insurance policies maintained by the Subconsultant providing additional insured coverage pursuant to this Agreement shall provide that the Subconsultant's insurance shall be primary and the Consultant's own insurance shall be non-contributing. 10.11. Additional Insured. All liability insurance policies, except the professional liability policy. worker's compensation and valuable papers maintained by the Subconsultant pursuant to this Agreement shall be endorsed to include the Consultant, its officers, directors, employees, as additional insured, i32-8 10.12. Subconsultant shall be solely liable for the amount of any deductibles should claims or expenses (including attorneys' fees) under the insurance policies require payment. If applicable, Subconsultant shall require its subcontractors to furnish the above insurance and comply with all requirements of this paragraph, including but not limited to the furnishing of certificates to Consultant and its client if required. Subconsultant and its subcontractors shall not violate, or permit to be violated, any conditions or warranties of the above insurance policies and shall at all times satisfy the requirements of the insurance carriers, underwriters, brokers, or agents writing said policies. 11. COVENANT AGAINST CONTINGENCY FEES 11.1. The Subconsultant warrants that no person or agency has been employed or retained to solicit or obtain this Subconsultant Agreement upon an agreement or understanding for a contingent fee. except a bona fide employee or agency. For breach or violation of this warranty, the ARDOT and Consultant shall have the right to annul this Subconsultant Agreement without liability or, in its discretion, to deduct from the Contract Price or consideration, or otherwise recover, the full amount of the contingent fee. 11.2. Bona fide agency, as used in this section, means an established commercial or selling agency, maintained by the Subconsultant for the purpose of securing business, that neither exerts nor proposes to exert improper influence to solicit or obtain government contracts nor holds itself out as being able to obtain any government contract or contracts through improper influence. 11.3. Bona fide employee, as used in this section, means a person, employed by the Subconsultant and subject to the Subconsultant's supervision and control as to time, place, and manner of performance, who neither exerts nor proposes to exert improper influence to solicit or obtain government contracts nor holds out as being able to obtain any government contract or contracts through improper influence. 11.4. Contingent fee, as used in this section, means any commission, percentage, brokerage, or other fee that is contingent upon the success that a person or concern has in securing a government contract. 11.5. Improper influence, as used in this section, means any influence that induces or tends to induce a government employee or officer to give consideration or to act regarding a government contract on any basis other than the merits of the matter. 12. TITLE VI ASSURANCES (NONDISCRIMINATION) During the performance of this Subconsultant Agreement, the Subconsultant, for itself, successors, and assigns, certifies and agrees as follows: 12.1. Compliance with Regulations. The Subconsultant shall comply with the Regulations relative to Title VI (Nondiscrimination in Federally -assisted programs of the Department of Transportation and its operating elements, especially Title 49, CFR Part 21, as amended, and hereinafter referred to as the Regulations). These regulations are herein incorporated by reference and made a part of this Subconsultant Agreement. Title VI provides that the recipients of Federal financial assistance will maintain and implement a policy of nondiscrimination in which no person shall. on the basis of race, color, or national origin be excluded from participation in, denied the benefits of, or subject to discrimination under any program or activity by recipients of Federal financial assistance or their assignees and successors in interest. 12.2. Nondiscrimination. The Subconsultant, with regard to the work performed by it during the term of this Subconsultant Agreement, shall not discriminate on the basis of race, color, B2-9 or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Subconsultant shall not participate either directly or indirectly in any discrimination prohibited by Section 21.5 of the Regulations, including employment practices. 12.3. Solicitations for Subcontracts, Including Procurements of Material & Equipment. In all solicitations, either by competitive bidding or negotiation, made by the Subconsultant for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Subconsultant of the Subconsultant's obligations under this Subconsultant Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 12.4. Information and Reports. The Subconsultant shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, and accounts, other sources of information, and its facilities as may be determined by the Owner, the ARDOT, or the USDOT and its Affiliated Modes to be pertinent to ascertain compliance with such regulations and directives. Where any information required of the Subconsultant is in the exclusive possession of another who fails or refuses to furnish this information. the Subconsultant shall so certify to the Owner, the ARDOT or the USDOT and its Affiliated Modes, as appropriate, and shall set forth what efforts made by the Subconsultant to obtain the records or information. 12.5. Sanctions for Noncompliance. In the event of the Subconsultant's noncompliance with the nondiscrimination provisions of this Subconsultant Agreement, the Owner shall impose such contract sanctions as it, the ARDOT, or the USDOT and its Affiliate Modes may determine to be appropriate, including but not limited to, withholding of payments to the Consultant or Subconsultant under the Agreement until the Subconsultant complies with the provisions and/or cancellation, termination, or suspension of the Subconsultant Agreement, in whole or in part. 12.6. Incorporation of Provisions. The Subconsultant shall include the terms and conditions of this section in every subcontract including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Subconsultant shall take such action with respect to any subcontract or procurement as the Owner, the ARDOT, or USDOT and its Affiliated Modes may direct as a means of enforcing these terms and conditions, including sanctions for noncompliance; provided, however that, in the event the Subconsultant becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Subconsultant may request the Owner, the ARDOT, or the United States to enter into the litigation to protect the interests of the State and the United States, respectively. 13. DBE CLAUSE 13.1. The Subconsultant shall not discriminate on the basis of race, color, sex, or national origin in the performance of this Subconsultant Agreement. The Subconsultant shall comply with the applicable requirements of 49 CFR Part 26 and perform any actions necessary to maintain compliance in the award and administration of DOT -assisted contracts. Failure by the Subconsultant to comply with or perform these requirements is a material breach of this Subconsultant Agreement, which may result in the cancellation, termination, or suspension of this Subconsultant Agreement in whole or in part, or such other remedy that the Owner or ARDOT may determine appropriate. 13.2. The Subconsultant shall insert a clause containing all the terms of this section in all subcontracts under this Agreement. B2-10 14. COMPLIANCE WITH ALL OTHER LAWS REGARDING NONDISCRIMINATION 14.1. The Subconsultant will comply with the provisions of the Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act, Title VI of the Civil Rights Act of 1964, FHWA Federal Aid Project Guidance, and any other Federal. State, and/or local laws, rules and/or regulations. 14.2. The Subconsultant, during the term of this Agreement, shall not discriminate on the basis of race, color, sex, national origin, age, religion, disability, or any other protected classes in admission or access to and treatment in programs and activities associated with this Agreement, or in the selection and retention of subcontractors, including procurement of material and leases of equipment. The Consultant shall not participate either directly or indirectly in any discrimination prohibited by the Regulations, including employment practices. 15.3. In accordance with Section 504 regulations 49 CFR Part 27.15, the Owner's Notice of Nondiscrimination is required in any bulletins, announcements, handbooks, pamphlets, brochures, and any other publications associated with this Agreement that are made available to the public, program participants, applicants or employees. 15. CERTIFICATION REGARDING LOBBYING 15.1. The Subconsultant certifies, to the best of their knowledge and belief. that: 15.1.1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 15.1.2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency. a Member of Congress, an officer or employee of Congress. or an employee of a Member of Congress in connection with this Federal contract. grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying". The Subconsultant shall require that the language of this certification be included in the agreement for all subcontracts and that all subcontractors shall certify and disclose accordingly. 16. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS 16.1. The Subconsultant certifies, to the best of its knowledge and belief, that— 16.1.1. The Subconsultant and any of its Principals- 16.1.1.1. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any federal or state agency; 16.1.1.2. Have not, within a 3-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or 62-11 performing a public (federal, state, or local) contract or subcontract; violation of federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 16.1.1.3. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subsection 16.1.1.2; and, 16.1.1.4. The Subconsultant has not within a 3-year period preceding this offer, had one or more contracts terminated for default by any federal or state agency. 16.2. Principals, for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment. and similar positions). This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under section 1001, title 18, United States Code, as well as any other applicable federal and state laws. 16.3. The Subconsultant shall provide immediate written notice to the ARDOT if, at any time prior to contract award, the Subconsultant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 16.4. The certification in subsection 16.1 is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Subconsultant knowingly rendered an erroneous certification, the ARDOT may terminate the contract resulting from this solicitation for default in addition to any other remedies available to the ARDOT. 17. CERTIFICATION REGARDING CONFLICT OF INTEREST 17.1. The Subconsultant certifies, that it has no financial interest in the proposed project or construction of the proposed project. 17.1.1. The Subconsultant nor any of its Principals have 17.1.1.1. No financial interest in work associated with this contract; 17.1.1.2. No ownership interest in work associated with this contract; 17.1.1.3. No Financial interest in the results of any agency decisions regarding approvals for work associated with this project; 17.1.1.4. Policies and procedures (provided statutory framework permits) for a contracting agency to pursue a range of civil actions and penalties including fines, suspension, or debarment associated with fraud, waste, abuse, and identified conflict of interest which were not disclosed. 17.2. For the duration of the contract. except for work expressly defined in this contract, the Subconsultant shall not be party to agreements for design or construction on projects associated with contract. 17.3. For the duration of the contract, except for work expressly defined in this contract, the Subconsultant shall not be party to enforceable promises or guarantees of future work associated with this contract. ".901a 18. DISPUTES, NEGOTIATIONS, MEDIATION, AND WITNESS FEES 18.1. If a dispute arises relating to the performance of the services to be provided and, should that dispute result in litigation, it is agreed that the substantially prevailing party (as determined in equity by the court) shall be entitled to recover all reasonable costs of litigation, including staff time, court costs, attorney's fees and other related expenses. 18.2. The parties shall participate in good faith negotiations to resolve any and all disputes. Should negotiations fail, the parties agree to submit to and participate in a third party - facilitated mediation as a condition precedent to resolution by litigation. Unless otherwise agreed to, mediation shall be conducted under the rules of the American Arbitration Association and shall be held in Kansas City. Missouri. 18.3. The parties agree that any dispute between them, including any action against an officer, director or employee of a party, arising out of or related to this Agreement, whether in contract or tort, not resolved through direct negotiation and mediation, shall be resolved by litigation in the state or federal courts located in Jackson County. Missouri, and each party expressly consents to jurisdiction therein. Any litigation to compel or enforce, or otherwise affect the mediation shall be in state or federal courts located in Jackson County, Missouri, and each party expressly consents to jurisdiction therein. 18.4. Causes of action between the parties shall accrue, and applicable statutes of limitation shall commence to run the date Subconsultant's services are substantially complete. 18.5. Subconsultant's employees shall not be retained as expert witnesses in the defense of Consultant or Owner, except by separate written agreement. 18.6. Consultant agrees to pay Subconsultant pursuant to Subconsultant's then current schedule of hourly labor billing rates for time spent by any employee of Subconsultant responding to any subpoena by any party in any dispute as an occurrence witness or to assemble and produce documents resulting from Subconsultant's services under this Agreement. 19. OWNERSHIP OF DOCUMENTS & DATA 19.1. Except for any pre-existing intellectual property, all project documents and data, regardless of form and including but not limited to original drawings, disks of CADD drawings, cross -sections, estimates, files, field notes, and data, shall be the property of the Consultant. The Subconsultant shall further provide all documents and data to the Consultant upon the Consultant's request. The Subconsultant may retain reproduced copies of drawings and other documents. In the event that any patent rights or copyrights are created in any of the documents, data compilations, or any other work product, the Consultant shall have an irrevocable license to use such documents, or data compilations, or work product. These rights of the Consultant shall accrue to the Owner pursuant to the Prime Agreement between the Consultant and Owner. This provision and obligation shall survive termination of the Agreement. i32-13 20. INDEMNITY AND RESPONSIBILITY FOR CLAIMS AND LIABILITY 20.1. Indemnity. To the fullest extent permitted by law, Subconsultant shall defend, indemnify, and hold harmless Consultant and Owner and their respective officers, agents and employees from and against all and any claims, suits. damages, liabilities, costs and expenses, including attorneys' fees and costs of defense. stemming from any negligent, willful, intentional, or reckless act. error, or omission on the part of the Subconsultant and its subcontractors. agents, and employees. Subconsultant shall also indemnify and hold harmless Consultant and Owner, and their officers. agents, and employees against liability including costs and attorneys' fees for infringement of any patent or copyrights arising from Subconsultant's performance of services or the Agreement or any work product or documentation provided or prepared by Subconsultant. This provision and obligation shall survive termination of the Agreement. 21. SURVIVAL All provisions, warranties, obligations, and representations, which expressly survive or by their terms, are to survive termination. Such terms include. but are not limited to; indemnity. ownership of documents, insurance, and other similar clauses. 22. NOTICE 22.1. All notices, approvals, requests, consents, or other communications required or permitted under this Agreement shall be mailed or hand -delivered to: 22.1.1. To the Subconsultant: Mrs. Leslie Davis Harbor Environmental, Inc. d/b/a Harbor Environmental and Safety 8114 Cantrell Road, Suite 350 Little Rock, AR 72227 22.1.2. To the Consultant: Steven Beam. PE Burns & McDonnell Engineering Company, Inc. 6815 Isaacs Orchard Road, Suite B3 Springdale, AR 72764 IN WITNESS WHEREOF, the parties execute this Subconsultant Agreement, to be effective 4-Jun-2020 BURNS & MCDONNELL ENGINEERING COMPANY, INC. HARBOR ENVIRONMENTAL, INC. Digitally signed by Steven Beam Date:2020.05.28 BY: 15:33:26-05'00' BY: �Cc GY-2 Steven Beam, P.E. Business Manager B2-14 Leslie Davis Principal APPENDIX C State Job No. 040720 C-4 CERTIFICATION OF SUBCONSULTANT I hereby certify that I, Leslie Davis, am the Principal and duly authorized representative of the firm of Harbor Environmental, Inc. whose headquarters address is 8114 Cantrell Road, Suite 350 Little Rock AR 72227, and that neither I nor the above firm I here represent has: (a) employed or retained for a commission, brokerage, contingent fee, or other considerations, any firm or person (other than a bona fide employee working solely for me) to solicit or secure this contract, (b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the contract, or (c) paid or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me) any fee contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the contract; (d) included any costs which are not expressly allowable under the cost principles of the FAR of 48 CFR 31, whether direct or indirect. All known material transactions or events that have occurred affecting the firm's ownership, organization and indirect cost rates have been disclosed. except as here expressly stated (if any): I acknowledge that this certificate is to be furnished to the Arkansas Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal Aid Highway Funds, and is subject to applicable State and Federal laws, both criminal and civil. Furthermore, as a recipient of Federal Aid Highway Funds, I certify and hereby agree to the conditions of Title VI Assurances as outlined in Section 12 of this Agreement and shall insert the Notice of Nondiscrimination Statement as shown below in all solicitation of work or procurement of materials or equipment. I certify and hereby agree to the conditions of Certification Regarding Lobbying as outlined in Section 15 of this Agreement and shall insert the Certification Regarding Lobbying in all solicitation of work or procurement of materials or equipment. I certify and hereby agree to the conditions of Certification Regarding Lobbying as outlined in Section 15 of this Agreement and shall insert the Certification Regarding Lobbying in all solicitation of work or procurement of materials or equipment. I certify and hereby agree to the conditions of Certification Regarding Conflict of Interest as outlined in Section 17 of this Agreement and shall insert the Certification Regarding Conflict of Interest in all solicitation of work or procurement of materials or equipment NOTICE OF NONDISCRIMINATION STATEMENT Harbor Environmental, Inc. ("Subconsultant"), complies with all civil rights provisions of federal statutes and related authorities that prohibited discrimination in programs and activities receiving federal financial assistance. Therefore, the Subconsultant does not discriminate on the basis of race, sex, color, age, national origin, or disability, in the admission, access to and treatment in Subconsultant's programs and activities, as well as the Subconsultant's hiring or employment practices. Complaints of alleged discrimination and inquiries regarding the Subconsultant's nondiscrimination policies may be directed to Robin Gee (ADA/504/Title VI Coordinator), (501) 663-8800 (Voice/TTY 711), or the following email address: rgee .harborenv.com. This notice is available from the ADA/504/ritle VI Coordinator in large print, on audiotape and in Braille. Authorized Firm Representative C-4 4-Jun-2020 Date City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2020 Requestor: Chris Brown BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Recognize Federal -aid funds of 52,967 available for water & sewer design services associated with the Hwy 112 (Poplar to Drake) which will be 100% reimbursed by the Arkansas Department of Transportation (ArDOT). RESOLUTION/ORDINANCE COUNCIL DATE LEGISTAR FILE ID# 6/16/2020 2020-0468 M azihev Maddox, 61112020 8:44 AM Budget Director TYPE: JOURNAL #: Date D - (City Council) GLDATE: 6/16/2020 CHKD/POSTED: TOTAL 52,967 52,967 v.20200528 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4470.800.8835-4309.00 - 52,967 06035 3800 RE Federal Grants - Capital 4470.800.8835-5314.00 52,967 - 06035 3800 EX Professional Services HABudget Adjustments\2020_Budget\City Council\06-16-2020\BA 2020-0468 HWY 112 Contract Agreement No.l 1 of 1