HomeMy WebLinkAbout21-21 RESOLUTION - mF FAYE rT .lm
J�
lr.i '
Q5'hANSPS
113 West Mountain Street
Fayetteville,AR 72701
(479)575-8323
Resolution: 21-21
File Number: 2020-1122
CHEVROLET OF FAYETTEVILLE:
A RESOLUTION TO APPROVE THE PURCHASE OF NINE VEHICLES FROM CHEVROLET
OF FAYETTEVILLE FOR FLEET OPERATIONS IN THE TOTAL AMOUNT OF $283,021.00,
PURSUANT TO A STATE PROCUREMENT CONTRACT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the
purchase of nine vehicles, as shown in the pricing sheets attached to this Resolution, from Chevrolet of
Fayetteville in the total amount of$283,021.00, pursuant to a state procurement contract.
PASSED and APPROVED on 1/5/2021
Approve Attest:
``��iitirrrrfo,_
� `�, ctERK/rf/1�
'n-1�' (:14'(/"-- �•�c�,• CITY••*t*`'*
O•.9 ;
ione d Jor , yor Kara Paxton, City Clerk Treasui2r : al y :c
Page 1 Printed on 1/7/21
�o,FAYETTfy,` City of Fayetteville, Arkansas 113 West Mountain Street
�\ Fayetteville,AR 72701
o 1044 I (479)575-8323
-`"'iiiiifr
Text File
7RKANSP/
File Number: 2020-1122
Agenda Date: 1/5/2021 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A.22
CHEVROLET OF FAYETTEVILLE:
A RESOLUTION TO APPROVE THE PURCHASE OF NINE VEHICLES FROM CHEVROLET OF
FAYETTEVILLE FOR FLEET OPERATIONS IN THE TOTAL AMOUNT OF$283,021.00,
PURSUANT TO A STATE PROCUREMENT CONTRACT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,ARKANSAS:
Section 1: That the City Council of the City of Fayetteville,Arkansas hereby approves the purchase of
nine vehicles,as shown in the pricing sheets attached to this Resolution,from Chevrolet of Fayetteville in the
total amount of$283,021.00, pursuant to a state procurement contract.
City of Fayetteville,Arkansas Page 1 Printed on 1/7/2021
City of Fayetteville Staff Review Form
2020-1122
Legistar File ID
1/5/2021
City Council Meeting Date-Agenda Item Only
N/A for Non-Agenda Item
Sara Glenn 12/10/2020 FLEET OPERATIONS (770)
Submitted By Submitted Date Division/ Department
Action Recommendation:
A resolution to authorize the purchase of a total of nine (9) vehicles for Arkansas State Contract pricing in the total
amount of$283,021.00 through Chevrolet of Fayetteville.
Budget Impact:
9700.770.1920-5802.00 Shop
Account Number Fund
02078.2020&
02081.2018/2019/2020/2021 Light/Medium Trucks& Police/Passenger
Project Number Project Title
Budgeted Item? Yes Current Budget $ 1,135,721.97
Funds Obligated $ -
Current Balance $ 1,135,721.97
Does item have a cost? Yes Item Cost $ 283,021.00
Budget Adjustment Attached? No Budget Adjustment
Remaining Budget $ 852,700.97
V20180321
Purchase Order Number: Previous Ordinance or Resolution#
Change Order Number: Approval Date:
Original Contract Number:
Comments:
.40 CITY OF
FAYETTEVILLE CITY COUNCIL MEMO
ARKANSAS
MEETING OF JANUARY 5, 2021
TO: Mayor and City Council
THRU: Terry Gulley, Director of Transportation
FROM: Sara Glenn, Fleet Operations Superintendent
p p
DATE: December 10, 2020
SUBJECT: Purchase of vehicles off the Arkansas State Contract
RECOMMENDATION:
Council approves the purchase of a total of nine (9) vehicles for Arkansas State Contract pricing
in the total amount of$283,021.00 through Chevrolet of Fayetteville.
BACKGROUND:
Unit 2130 is a 2008 Chevy Express 15 Passenger Van that is in Fleet's rental pool.
This unit is used for the YRCC's field trips, City Council's trips, transporting groups of
employees to trainings or events and other activities. This van has exceeded its life
expectancy and the manufacturer is no longer making some of the parts for the unit.
Unit 351 is a 2005 Chevy Silverado 3500 truck for Fleet road calls. The body and crane
of this truck was replaced a couple years ago. However, the cab and chassis is now at
15/15 points and over its life expectancy.
Unit 1158 is a 2006 Honda Element that has 13.4/15 points. Unit 1311 is a 2013 Dodge
Grand Caravan that was purchased used. Both vehicles have exceeded their life
expectancy.
In the 2021 CIP an expansion unit was approved for the Police Department. In addition,
several Patrol units are coming due for replacement. To ensure that the units are
received and upfit in time, Fleet needs to order them as soon as possible.
DISCUSSION:
A Chevy Express 15 Passenger Van is available in the amount of$30,393.00.
A Chevy Silverado 3/4 ton 4x4 Extended cab and chassis is available in the amount of
$29,238.00.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Two Chevy Traverses, One AWD and one FWD, are both available in the amounts of
$25,845.00 and $23,998.00 respectively, for a combined total of$49,843.00. The All-
Wheel Drive unit would go to the Planning department to be used when inspecting job
sites or potential build areas. The Front-Wheel Drive unit will be used to replace the
Dodge Caravan at FYV.
Five Chevy Tahoe's with Police Pursuit Packages are available in the amount of
$35,390.00 each, for a total of$176,950.00.
All units are available through Chevrolet of Fayetteville, AR for a combined total of
$283,021.00 with Arkansas DFA Contract Pricing.
BUDGET/STAFF IMPACT:
Sufficient funds have been budgeted and collected for each individual purchase.
Each item was approved at the December 8th, 2020 Equipment Committee meeting.
Attachments:
State Contract Pricing Sheets
2
2021 Vehicle Specifications & Options Pricing
ITEM 35 Dealer Name: BALE CHEVROLET
TYPE VDA 10011650 Vehicle Make/Model CHEVROLET EXPRESS PASSENGER
1 Ton 15 Passenger Van Model Code: CG33706 1LS
City MPG Estimate N/A
Highway MPG Estimate N/A
CO-OP Purchasing One Way Delivery Charge Per Mile $1.75
Back to Table of Contents VEHICLE BID PRICE $26,295.00 with add-ons. Total is $26.990
Body & Chassis Base Vehicle Minimum Enter Vehicle Specification and Manufacturer
Requirements Codes (Fill-in Unshaded Blanks Only)
1 Ton 1 Ton Full Size 15 Passenger Van
Gross Vehicle Weight Rating 9,000 lbs.
Overall Length Overall Length: 235"
Engine
Engine Size 275 hp-List HP, Liters&Cylinders 276 HP 4.3 LITER V$
Fuel Type Gasoline
Transmission/Drivetrain
Automatic Transmission Automatic-List Type, Speeds etc. 8 SPEED AUTO
Primary Drive Axle Mfg.Std.-List Type REAR WHEEL
Electronic Stability Control Electronic Stability Control System
Differential Type/Ratio Mfg.Std. -List Ratio&Type 3 42
Electrical
Alternator Mfg. Std.
Battery Mfg.Std.
Fuel Tank
Fuel Capacity(Gals) Mfg Std.-List Amount in Gallons _,F
Exterior
One Std. Color(non-premium)from
Paint Manufacturer's Full Chart of Std. Paint
Bumpers Mfg.Std Front&Rear
License Plate Brackets Front and Rear Brackets
Windshield Washer Windshield Washer&Multi-Speed Wipers
Doors & Mirrors
2 Front, Right&Left With Crank Vertical
Windows,2 Right Side to Open in Opposite
Doors Directions or One Sliding Door, and 2 Rear Doors
That Open in Opposite Directions
Mirrors Two Outside, Right&Left, One inside
Interior
Air Conditioning AC Factory Installed
Radio Audio system with AM/FM Stereo
Cruise Cruise Control, Factory Installed
Tilt Steering Tilt Steering Wheel
Steering Power Steering
Minimum of 3 Windows Capable of Being
Windows Opened
Power Windows&Door Locks Power Windows&Door Locks
Tinted Glass Mfg. Std.Tint on All Windows
Gauges/Indicators Mfg. Std. List Gauges/Indicators DRIVER INFO CENTER
Seats
Mfg. Std., Colors Must Blend With Interior&
Seats Exterior Color
ITEM 35 Dealer Name: BALE CHEVROLET
Safety .7; 97/zz e
Brakes Anti-Lock Brake System(ABS)-List Disc/Drums 4 WHEEL ANTI LOCK DISC
Restraint System All Pass Required
Air Bags. Front, Both Sides Required
Tires &Wheels
Tires&Wheels Mfg. Std. -List Size LT245/75R16E
Spare Mfg. Std. List LT245/75R16E
Warranty
3 Years or 36,000 miles,whichever
Bumper to Bumper Warranty comes first
Drive Train Warranty List Warranty 5 YEAR 100,000 MILES
ITEM 35 VEHICLE OPTIONS Dealer Name: BALE CHEVROLE"
TYPE VDA
1 Ton 15 Passenger Van
Back to Table of Contents
Enter Optional Equip. Desc.
Body & Chassis Code Option Minimum Requirement Price
& Mfg. Option Codes
Engine
Engine
Alternative Fuel: CNG system shall include all
CNG System components necessary to power vehicle with
CNG CNG. N/A
Alternative Fuel: LPG system shall include all
components necessary to power vehicle with
LPG System LPG LPG. N/A
Alternative Fuel CL CNG or LPG Engine Prep. Package N/A
Flex Fuel FFV Flex Fuel Capable N/A
Gasoline Engine Upgrade CC 300hp List HP Liter. Cylinders L8T 401 HP 6.6 LITER V8 $1,695.00
Transmission/Drivetrain
Limited Slip Differential LS Limited Slip Differential G80 $325.00
Transmission Oil Cooler UO Auxiliary,Transmission Oil Cooler N/A
Electrical
Daytime Running Lights DL Add Daytime Running Lights STD
Alternator HA Heavy Duty Alternator-List Amps KW5 220 AMP $75.00
Batteries DB Dual Batteries N/A
Power Outlet EP Add 12-Volt Power Outlet STD
Doors &Windows
Deep Tinted Windows TG Add Deep Tinted Glass STD
Windows(delete for credit) DO Delete Sides and Rear Cargo Windows N/A
Interior
Auxiliary Air Conditioning&Heat RA Rear A/C&Heat Unit Factory Installed STD
Premium Audio System with AM/FM Stereo&
Radio Upgrade RU MP3 Capability STD
Vinyl Floor VF RubberNinyl Flooring STD
Supplemental Air Bags HC Head-Curtain Side Impact Air Bags STD
Additional Seat HO Add Additional Seat in Rear of Van N/A
Cloth Seats CS Cloth Seats AS5 $255.00
Front Buckets FB Front Bucket Seats with Console STD
Tires &Wheels
All Terrain Tires AT All Terrain Tires N/A
Spare WL Mounted Full Size Spare STD
Towing
Towing Package Including: Hitch,Wiring
Towing XO Harness, Upgraded Radiator,Transmission
Cooler Z82 $280.00
Electric Brake Controller BC Add Electric Brake Controller N/A
Towing Differential BO Differential for Extra Towing Capability N/A
2021 Vehicle Specifications & Options Pricing
ITEM 19 Dealer Name: BALE CHEVROLET
TYPE PEB 10011638 Vehicle Make/Model: CHEVROLET SILVERADO
3/4 Ton Extended Cab Model Code: CK20953 1WT
4X4 Wheel Drive City MPG Estimate: N/A
Highway MPG Estimate: N/A
CO-OP PurchasingOne WayDeliveryCharge Per Mile: $1.75 add-ons $2,565
9 Nn Rari rlarlUCt$1 1 55
Back to Table of Contents VEHICLE BID PRICE: $27,828.00 Final Cost$ 29,238
Body & Chassis Base Vehicle Minimum Enter Vehicle Specification and Manufacturer
Requirements Codes (Fill-in Unshaded Blanks Only)
Extended Cab Pickup Truck Extended Cab
Gross Vehicle Weight Rating 8,500 lbs.
3/4 Ton 3/4 Ton Pickup i j
Wheelbase/CA Mfg. Std.-List Size 162.48 W/B 55.2 CIA
Bed Long Wide Bed
Engine Y'''/D%'%i r////7,,,
Engine Size 350hp-List HP, Liters&Cylinders 401 HP 6.6 LITER V8
Fuel Type Gasoline
%.: i
Transmission/Drivetrain sue ;
Automatic Transmission Automatic-List Type; Speeds etc. SIX SPEED AUTO
4X4 4X4 with Auto Locking Hubs ,,
Differential Type/Ratio Mfg.Std.-List Ratio&Type ? 73
Electrical ` „ A
Alternator Mfg. Std
' Battery Mfg. Std. ;'�
Fuel Tank
Fuel Capacity(Gals) Mfg. Std. -List Amount in Gallons
Exterior .
One Std. Color(non-premium)from
Paint Manufacturer's Full Chart of Std. Paint
Bumpers Mfg.Std Front,Step-Type Rear
License Plate Brackets Front and Rear Brackets
Windshield Washer Windshield Washer&Multi-Speed Wipers , ,
Doors& Mirrors %
t
Doors 4 Doors -;;;
Mirrors Two Outside, Right&Left. One Interior
Interior
i
I Air Conditioning AC Factory Installed V;;
Radio Audio System with AM/FM Stereo /r ';
Tilt Steering Tilt Steering Wheel �
Steering Power Steering
Tinted Glass Mfg. Std.
Gauges/Indicators Mfg. Std. List Gauges/Indicators SPEEDOMETER INST CLUSTER
Mfg.Std.,Colors Must Blend With Interior&
Seats Exterior Color . .
Safetykh
Anti-Lock Brake System List
(ABS)( ) 1
Brakes Disc/Drums 4 W DISC
Restraint System All Pass Required
Air Bags. Front. Both Sides Required
Tires&Wheels
2021 Vehicle Specifications & Options Pricing
Tires&Wheels Mfg. Std.-List Size LT245/75R17E
Spare Mfg Std. -List LT245/75R17E
Warranty
3 Years or 36,000 miles.whichever
Bumper to Bumper Warranty comes first
Drive Train Warranty List Warranty 5 YEAR 100,000 MILE
ITEM 19 VEHICLE OPTIONS Dealer Name: BALE CHEVROLET
TYPE PEB
3/4 Ton Extended Cab
4X4 Wheel Drive
Back to Table of Content:.
Enter Optional Equip. Desc.
Body & Chassis Code Option Minimum Requirement Price
& Mfg. Option Codes
II Bed QH Short Bed(deduct) CK20753 1W -$120.00
Engine
Gasoline Engine Upgrade CC List Horsepower, Liters&Cylinders N/A
Flex Fuel FFV Add Flex Fuel FHS REQUIRES JL1 OPT $375.00
Engine Block Heater HB Add Block Heater KO5 $100.00
Diesel Engine CA 350 hp Diesel Engine Factory Installed L5P 445 HP 6.6 LITER V8 $11,290.00
Bio Diesel BD 350 hp Bio Diesel with OEM Warranty STD
Alternative Fuel:CNG system shall include all
components necessary to power vehicle with
CNG system CNG CNG. $995.00
PTO PTO Power Take Off N/A
Transmission/Drivetrain ' .
Skid Plate KO Add Skid Plate NZZ $195.00
Limited Slip Differential LS Limited Slip Differential STD
Electrical
Daytime Running Lights DL Add Daytime Running Lights STD
Alternator HA Heavy Duty Alternator-List Amps KW5 $150.00
Batteries DB Dual Batteries K4B+KW5 $295.00
Power Outlet EP Add 12-Volt Power Outlet STD
Doors &Windows
Deep Tinted Windows TG Add Deep Tinted Glass AKO $250.00
Power Windows&Door Locks XX Power Windows&Door Locks STD
Keyless Entry KE Keyless Entry REQ ZLQ PACKAGE $1,400.00
Interior
Premium Audio System with AM/FM Stereo& BLUETOOTH.APPLE CAR PLAY&
Radio Upgrade RU MP3 Capability ANDROID AUTO STANDARD SEE STD
Cruise PO Cruise Control,Factory Installed K34 $225.00
Vinyl Floor VF RubberNinyl Flooring STD
Cloth Seats CS Cloth Seats NO CHARGE
Front Buckets FB Front Bucket Seats with Console N/A
Tires&Wheels
All Terrain Tires AT All Terrain Tires QXT LT265/70R17E all-terrain $200.00
Spare WL Mounted Full Size Spare STD
Towing
Towing Package Including: Hitch.Wiring
Towing XO Harness,Upgraded Radiator,Transmission
Cooler STD
Electric Brake Controller BC Add Electric Brake Controller JL1 -REQUIRES ZLQ PKG $1,675.00
Trailering Mirrors TM Manual Telescoping Trailer Mirrors STD
Towing Differential BO Differential for Extra Towing Capability N/A
2021 Vehicle Specifications & Options Pricing
ITEM 43 Dealer Name: BALE CHEVROLET
TYPE VIA 10128190 Vehicle Make/Model: CHEVROLET TRAVERSE FWD
2WD, 7 Passenger Standard
Sport Utility Vehicle as classified Model Code: 1NB56 1LS FWD 8 PASSENGER
in the latest EPA Fuel Economy City MPG Estimate: 18
Guide Highway MPG Estimate: 21
CO-OP Purchasing One Way Delivery Charge Per Mile: $1.75
Back to Table of Contents VEHICLE BID PRICE: $23,998.00
Body & Chassis Base Vehicle Minimum Enter Vehicle Specification and Manufacturer
Requirements Codes (Fill-in Unshaded Blanks Only)
Standard Sport Utility Vehicle 7 Passenger
Wheelbase Minimum 112 inches
Engine
Engine Size 290hp-List HP, Liters&Cylinders 0 HP 3 6 LITER V
Fuel Type Gasoline
Transmission/Drivetrain
Automatic Transmission Automatic or CVT-List Type, Speeds etc. SPEED.AUTOMATIC
2WD 2WD
Stability Control Stability Control System
Differential Type/Ratio Mfg Std -List Ratio&Type FRONT'PJHEEL-DRIVE
Electrical
Alternator Mfg. Std.
Battery Mfg. Std
Fuel Tank
Fuel Capacity(Gals) Mfg Std -List Amount in Gallons ) aL
Exterior
One Std. Color(non-premium)from
Paint Manufacturer's Full Chart of Std. Paint
Bumpers Mfg.Std Front&Rear i// ,
License Plate Brackets Front and Rear Brackets
Windshield Washer Windshield Washer&Multi-Speed Wipers
Doors & Mirrors
Doors 4-Door
Mirrors Two Outside, Right&Left. One inside
Interior
Air Conditioning AC Factory Installed
Radio Audio system with AM/FM Stereo
Cruise Cruise Control, Factory Installed
Tilt Steering Tilt Steering Wheel
Steering Power Steering
Windows Mfg. Standard
Power Windows&Door Locks Power Windows&Door Locks
Tinted Glass Mfg. Std.Tint on All Windows
Floor Mats Front&Rear,Color to Match Interior
Seats
Mfg. Std.,Colors Must Blend With Interior&
Seats Exterior Color
Safety
Brakes Anti-Lock Brake System(ABS)-List Disc/Drums 4 WHEEL DISC
Restraint System All Pass Required
ITEM 43 Dealer Name: BALE CHEVROLET
Air Bags. Front. Both Sides Required
Tires &Wheels
Tires&Wheels Mfg. Std.-List Size P255,65R18
Spare Mfg. Std. List COMPACT T135/70R18
Warranty
3 Years or 36,000 miles,whichever
Bumper to Bumper Warranty comes first
Drive Train Warranty List Warranty 5 YEAR 100,000 MILES
ITEM 43 VEHICLE OPTIONS Dealer Name: BALE CHEVROLE
TYPE VIA
Standard SUV,
7 Passenger
Back to Table of Contents
Enter Optional Equip. Desc.
Body & Chassis Code Option Minimum Requirement Price
& Mfg. Option Codes
Engine
Gasoline Engine Upgrade CC List HP Liter, Cylinders N/A
Engine Block Heater HB Engine Block Heater K05 $100.00
Flex Fuel FFV Flex Fuel Capable N/A
Transmission/Drivetrain
Limited Slip Differential LS Limited Slip Differential N/A
Electrical
Daytime Running Lights DL Add Daytime Running Lights STD
Power Outlet EP Add 12-Volt Power Outlet N/A
Interior
Premium Audio System with AM/FM Stereo& BLUETOOTH.APPLE CAR PLAY&
Radio Upgrade RU MP3 Capability ANDROID AUTO SEE STD
Towing
Towing Package XO Mfg. Standard N/A
Tires &Wheels
All Terrain Tires AT All Terrain Tires N/A
Spare WL Mounted full size spare N/A
2021 Vehicle Specifications & Options Pricing
ITEM 46 Dealer Name: BALE CHEVROLET
TYPE VSB 10128193 Vehicle Make/Model CHEVROLET TRAVERSE AWD
4WD, 8 Passenger, Standard Model Code: 1NV56 1LS AWD 8 PASSENGER
Sport Utility Vehicle as classified City MPG Estimate 17
in the latest EPA Fuel Economy
Guide Highway MPG Estimate 20
CO-OP Purchasing One Way Delivery Charge Per Mile $1.75
Back to Table of Contents VEHICLE BID PRICE $25,845.00
Body & Chassis Base Vehicle Minimum Enter Vehicle Specification and Manufacturer
Requirements Codes (Fill-in Unshaded Blanks Only)
Standard Sport Utility Vehicle, 8 Passenger Standard Sport Utility Vehicle,8 Passenger
Wheelbase Minimum 112 inches
GVWR 6000 lbs
Engine
Engine Size 280 hp-List HP, Liters&Cylinders 310 HP 3.6 LITER
yAgiwxwir
Fuel Type Gasoline
Transmission/Drivetrain
Automatic Transmission Automatic-List Type, Speeds etc. 'EL I)AU I DMA I IC
4x4 or AWD 4x4 or AWD
Hubs Automatic Locking If 4x4
Stability Control Stability Control System
Differential Type/Ratio Mfg.Std. -List Ratio&Type ';.,AVVE)
Electrical
Alternator Mfg. Std.
Battery Mfg. Std.
Fuel Tank
Fuel Capacity(Gals) Mfg. Std.-List Amount in Gallons '`^' CAI-
Exterior
One Std. Color(non-premium)from
Paint Manufacturer's Full Chart of Std. Paint
Bumpers Mfg.Std Front&Rear
License Plate Brackets Front and Rear Brackets
Windshield Washer&Multi-Speed Wipers Front
Windshield Washer and Rear
Doors & Mirrors
Doors Mfg. Standard 4-Door
Mirrors Two Outside, Right&Left,One inside
Interior
Air Conditioning AC Factory Installed
Radio Audio system with AM/FM Stereo
Cruise Cruise Control, Factory Installed
Tilt Steering Tilt Steering Wheel
Steering Power Steering
Windows Mfg. Standard
Power Windows&Door Locks Power Windows&Door Locks
Tinted Glass Mfg. Std.Tint on All Windows
Floor Mats Front&Rear,Color to Match Interior
Seats
ITEM 46 Dealer Name:_BALE CHEVROLET
Mfg. Std., Colors Must Blend With Interior&
Exterior Color; Front: Bucket or Split Bench,2nd
Seats Row: Fold Down Bench,3rd Row: Fold Flat-to-
Floor Type
Safety
Brakes Anti-Lock Brake System(ABS)ABS -List Disc/Drums 4 WHEEL DISC
em ioi�'/ r is
Restraint System All Pass Required
Air Bags, Front, Both Sides Required
Tires &Wheels
Tires&Wheels Mfg. Std. -List Size P255/65R18
Spare Mfg. Std. List COMPACT T135/70R18
Warranty
3 Years or 36,000 miles.whichever
Bumper to Bumper Warranty comes first
Drive Train Warranty List Warranty 5 YEAR 100,000 MILES
ITEM 46 VEHICLE OPTIONS Dealer Name: BALE CHEVROLE-
TYPE VSB
Full-size 4WD Utility
Vehicle as classified in
the latest EPA Fuel
Economy Guide
Back to Table of Contents
Body & Chassis Code Option Minimum Requirement Enter Optional Equip. Desc. Price
& Mfg. Option Codes
Engine
Gasoline Engine Upgrade CC List HP, Liter, Cylinders N/A
Engine Block Heater HB Engine Block Heater K05 $100.00
Flex Fuel FFV Flex Fuel Capable N/A
Transmission/Drivetrain
Limited Slip Differential LS Limited Slip Differential N/A
Skid Plate KO Skid Plate N/A
Low Range Gears LR Low Range Gears for Off Road N/A
Electrical
Daytime Running Lights DL Add Daytime Running Lights STD
Power Outlet EP Add 12-Volt Power Outlet N/A
Interior
Premium Audio System with AM/FM Stereo& BLUETOOTH,APPLE CAR PLAY&
Radio Upgrade RU MP3 Capability ANDROID AUTO STANDARD SEE STD
Towing
Towing Package XO Mfg. Standard N/A
Tires &Wheels
All Terrain Tires AT All Terrain Tires N/A
Spare WL Mounted full size spare N/A
2021 Vehicle Specifications & Options Pricing
ITEM 60 Dealer Name: BALE CHEVROLET
TYPE PPV 10127601 Vehicle Make/Model CHEVROLET TAHOE
• Chevrolet Tahoe Utility Vehicle, Model
RWD, Code: CC1706 1 FL PPV
FOR POLICE PURSUIT City MPG Estimate 16
(NO SUBSTITUTES) Highway MPG Estimate State Add-On Cost $389 18
CO-OP Purchasing One Way Delivery Charge Per Mile Additional Requests $1,109 $1.75_
Back to Table of Contents VEHICLE BID PRICE dotal Cost $35,390 $33,892.00
Bod & Chassis Base Vehicle Minimum Enter Vehicle Specification and Manufacturer
Y
(Fill-in Unshaded Blanks Only)
Codes
4-Door SUV EPA Classified as Standard SUV, 2WD
Including all features listed in manufacturer's
printed specifications and literature as a part of
Police Package their standard police equipment package.
En9me
Engine(Police Pursuit) Mfg. Std.-List#Cylinders&Size 355HP 5.3 LITER V8
Fuel Type Mfg. Std.-List Primary Type GAS E15
Oil Type Mfg. Std. -List Weight and Type 5W-20W DEXOIL
Zitg,
Automatic Transmission Automatic-List Type. Speeds etc. 10 SPEED AUTOMATIC
Electrical
Alternator Mfg Std -List Size 220 AMPS
Fuel Capacity(Gals) Mfg. Std.-List Amount in Gallons 24 GAL
Exterior
One Std. Color(non-premium)from
Paint Manufacturer's Full Chart of Std. Paint
License Plate Brackets Front and Rear Brackets
Windshield Washer Windshield Washer&Multi-Speed Wipers
Spot Lamp(Driver Side) Spot Lamp(Driver Side)
Doors &Windows
Doors 4 Side Doors
• Door Locks Power Locks(Operable From Front Only)
Rear Windows&Locks:Operable from front
Rear Windows&Locks:Operable from front and and rear with front lockout feature on driver
rear with front lockout feature on driver door. door.
• Disconnect Door Courtesy Light Switches Disconnect Door Courtesy Light Switches
Rear Window Defrost Rear Window Defrost
Windows Power Windows
Mirrors Mfg. Std.
Floor
Floor Covering Vinyl
Interior
Air Conditioning AC Factory Installed
Radio/Single slot CD/MP3 player Mfg. Std.
Steering Power Steering
Radio Suppression Package Mfg. Std.
Quiet Sound Group(Noise Suppression) Mfg. Std.
Tilt&Cruise Tilt Steering Wheel&Cruise Control
Remote Deck Lid Release Control on Driver's Remote Deck Lid Release Control on Driver's
Side Side
Seats
ITEM 60 Dealer Name: BALE CHEVROLET
Seating Capacity Mfg. Std. List Maximum Occupants SIX WITH 40/20/40 FRONT SEAT
Seats:Approx. 10"spacing between front seats
in center Mfg. Std.
Front Seat Cloth
Rear Seat Vinyl
Safety
Anti-Lock Brake System (ABS)-List
Brakes Disc/Drums 4 WHEEL ANTILOCK DISC
Restraint System All Pass Mfg. Std. Required
Air Bags, Front, Both Sides Mfg. Std. Required
Tires &Wheels
Tires&Wheels Police Pursuit Rated Mfg. Std. -List Size 275/55R20SL FIREHAWK
Spare Mfg. Std.-List Size(Full or Space Saver) P265/70R17 FULL SIZE
Wheel Covers Wheel Covers
Warranty
3 Years or 36,000 miles,whichever
Bumper to Bumper Warranty comes first
Drive Train Warranty List Warranty 5 YEAR 100,000 MILES
ITEM 60 VEHICLE OPTIONS Dealer Name: BALE CHEVROLET
TYPE PPV
Chevrolet Tahoe
Police Pkg. Utility
Vehicle, RWD
(NO SUBSTITUTES)
Back to Table of Contents
Enter Optional Equip. Desc.
Engine Code Option Minimum Requirement & Mfg. Option Codes Price
Flex Fuel FFV Add Flex Fue: N/A
Electrical
Lights DL Add Daytime Running Lights STD
Spot Lamp:Additional Front Spotl Lamp:Additional Front
Passenger Side 00 Passenger Side 7X2 $738.00
Delete Spot Lamp(Credit) MO Deduction For Delete Spot Lamp 7X3 $-616.00 DEDUCT
Chassis Straps ST Chassis Straps for radio interference UN9 $95.00
Doors &Windows
Tinted Windows TG Add Deep Tinted Glass REAR STD BALE 2 FRONT $175.00
Switches: Rear Window Switches: Rear Window Inoperative(only
Inoperative. operate from driver's position).
Rear Door, Interior, Door Locks WD Rear Door, Interior, Door Locks and Handles
and Handles Inoperative. Inoperative(can only be opened from the
outside). 6N5 AND 6N6 $119.00
Interior
Premium Audio System with AM/FM Stereo& BLUETOOTH,APPLE CAR PLAY&
Radio Upgrade RU MP3 Capability ANDROID AUTO STANDARD SEE STD
Cloth Seats CS Cloth Seats STD
Carpeted Floors With Mats CF Carpeted Floors With Mats B30 $295.00 **
Factory Installed Rear Auxiliary Air
Rear Air Conditioning RA Conditioning STD
Rear Backup Camera RC Rear Backup Camera STD
Body Side Moulding AM Body Side Moulding N/A
Full Size Spare WL Spare Mounted On Matching Wheel FULL SIDE STD-SEE FRONT SHEET SEE STD
WI Fl HOT SPOT CAPABLE WITH
Integrated Com.System IC Integrated Communication System ONSTAR ONLY STD
Keyless Entry KE Keyless Entry STD
**Carpet only available with 40/20/40 seat in front, customer or upfitter must remove the center section
if a space is needed between the seats.
ADDITIONAL REQUESTS:
5J1 CALIBRATION NO CHARGE
RIA FLOOR LINERS $200
5Y1 FRONT CENTER SEAT DELETE NO CHARGE
AMF FEY FOBS $75
PROGRAM FOBS AT STORE $100
UDA ONSTAR DELETE $77 CREDIT DISCOUNT
6N6 DOOR LOCK INOPERATIVE $62
6N5 REAR DOOR LOCK INOPERATIVE $57
ATZ 2ND ROW SEAT DELETE $500 CREDIT DISCOUNT
V76 TOW HOOKS $50
TGK SOLD PAINT BLACK NO CHARGE
6J3 WIRING $92
6J4 WIRING $55
VQK SPLASH GUARDS $195
7X3 LEFT HAND SPOT LAMP $800
Garver, LLC
City of Fayetteville Staff Review Form
2021-0878
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Ted Jack 11/3/2021 PARKS & RECREATION (520)
Submitted By Submitted Date Division / Department
Action Recommendation:
f Recommend entering into attached contract with Garver, LLC for wetland delineation work at Gulley Park as
outlined in the attached contract for an estimated fee of $4,100.00 and a project contingency of $500.00.
2250.520.9255-5806.00
Account Number
13001.1803
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? No
Budget Impact:
Park Development
Fund
Gulley Park Splashpad
Project Title
Current Budget $ 304,230.00
Funds Obligated $ -
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
304,230.00
$ 4,600.00
-inn can nn
V20210527
Purchase Order Number: TBD Previous Ordinance or Resolution # RFQ 21-01
Change Order Number: n/a Approval Date: 11/04/211
Original Contract Number: n/a
Comments: The splashpad/playground project requires stormwater mitigation that will be partially achieved by the
pond improvements.
CITY OF
FAYETTEVIILLE
W4ff ARKANSAS
TO: Lioneld Jordan, Mayor
THRU: Susan Norton, Chief of Staff
FROM: Ted Jack, Park Planning Superintendent
DATE: November 3, 2021
SUBJECT: Gulley Park Pond Work
STAFF MEMO
RECOMMENDATION:
Recommend entering into attached contract with Garver, LLC for wetland delineation work at
Gulley Park as outlined in the attached contract for an estimated fee of $4,100.00 and a project
contingency of $500.00.
BACKGROUND:
Two old farm ponds set side by side, and located west of the playground area, have silted in
and need maintenance work. The master plan for the park envisions combining and enlarging
the ponds for both greater recreational use and for meeting stormwater requirements for future
park improvements. The splashpad/playground project requires stormwater mitigation that will
be partially achieved by the pond improvements. A wetland determination from the Corps of
Engineers is needed to help determine how to proceed with this work.
DISCUSSION:
Garver LLC, is a vendor for wetland work as approved in RFQ 21-01.
BUDGET/STAFF IMPACT:
This work is funded from Gulley Park Splash Pad 13001.1803 2250.520.9255-58806.00.
Attachments:
Contract
SRF
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
GARVER, LLC
THIS AGREEMENT is made as of November 4 , 2021, by and between City of Fayetteville,
Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and
GARVER, LLC (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 I - 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.
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:
Garver Contract— Professional Engineering Services 1 10/27/2021
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the
Proj ect.
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 his 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 Provide such professional legal, accounting, financial, and insurance counseling services
as may be required for the Project.
3.1.6 The Park Planning Superintendent is the CITY OF FAYETTEVILLE's project
representative with respect to the services to be performed under this Agreement. The
Park Planning Superintendent 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.
3.1.7 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 A.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The maximum not -to -exceed amount authorized for this Agreement shall be based upon on
an Hourly basis as described in Appendix B.
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 as approved by CITY OF FAYETTEVILLE. Applications for payment
Garver Contract— Pro fessional Engi nee ring Services 2 10/27/2021
shall 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 insurance coverages:
!ype of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Limits ofLiability
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.
Garver Contract— Professional Engineering Services 3 10/27/2021
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.
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:
Garver Contract— Professional Engineering Services 4 10/27/2021
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate, and
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.
6.6 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.
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
Garver Contract— Professional Engineering Services 5 10/27/2021
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 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
6.1 L I CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to
indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from
Garver Contract— Professional Engineering Services 6 10/27/2021
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,
disks of CADD drawings and cross sections, estimates, specification field notes, and 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, drawings, and specifications 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 tirne, 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:
125 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
2049 E. Joyce Blvd, Suite 400
Fayetteville, Arkansas 72703
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.
Garver Contract— Professional Engineering Services 7 10/27/2021
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 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
Garver Contract — Professional Engineering Services 8 10/27/202 1
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. Notwithstanding anything to the contrary herein, ENGINEER's
proprietary, financial information is not subject to audit.
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 asserts 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 assertion, CITY OF FAYETTEVILLE
shall have the right to annul this Agreement without liability or at its discretion, to deduct
from the contract price or consideration, or otherwise recover, the full amount of such
commission, percentage, brokerage, or contingent fee.
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
Garver Contract— Professional Engineering Services 9 10/27/2021
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 damages in an amount up to the limits set forth in Section 7.8 below.
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.
7.7 Mutual Waiver
7.7.1 Notwithstanding anything in this Agreement to the contrary, neither party (including its
subconsultants, agents, assignees, affiliates and vendors) shall be liable to the other for any
special, consequential, indirect, punitive, exemplary or incidental damages of any kind
regardless of the cause or action (including negligence of any kind or character including
gross negligence).
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.
CIT4AY� LE, RKANSAS ENGINEER
By'���i�ir�Ma Senior Project Manager, Ron Petrie
ATTEST: *1 Y
By:f ■ " : By.
City Clerk :FAYETTEVILLE ; =Senior Environmental Scientist, Ryan Mountain
■
r Z
� ■ r
�. 9'1fA1�15p`,' J.
�;�A'GTpN G�►►`��
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Garver Contract— Professional Engineering Services 10 10/27/2021
this Agreement. CITY OF FAYETTEVILLE mad also pursue other rights and remedies
that the la%k or this Agreement provides. However, the existence of the facts on which
CITY OF FAYFTTFVII.I.F. 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
FAYFT"fFVILLE may pursue the same remedies against FNGINF'FR as it could pursue
in the event of' it breach of the Agreement by I:NGINFER As a penalty. in addition to
any other damages to which it may be entitled by lati. CITY OF FAYE I'TF.VILLE may
pursue damages in an allurtmt up to the limits set forth in Section 7.8 below.
7.6 Arkansas Freedom of Infftrrmation Act
7.6.1 City contracts and documents. including internal documents and documents of subcontractors
and suh-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 FAYII'I I:VILLE. ENGINEER will do everything possible to
provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom
of lntormation Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs
Pursuant to the FOIA may be assessed for this compliance.
7.7 Mutual Waiver
7.7.1 Notwithstanding anything in this Agreement to the contrary, neither party (including its
subconsultants, agents, assignees, affiliates and vendors) shall be liable to the other for any
special, consequential, indirect, punitive, exemplary or incidental damages of any kind
regardless of the cause or action (including negligence of any kind or character including
gross negligence).
IN WITNESS WHEREOF, CITY OF FAYE"I'II;VII.LF_., 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 AYE 'I -I' : ILLE, RKANSAS FNGINEFR
By: By;
Ma r. I, a ktn : f� 1�'�rr Senior Project Manager, Ron Pctrie
be 4
ATTES"I .` �.• G1� 1' �f, •;fG
By: �
City Clerk _ FAYETTEVILLE ; !Senior Environmental Scientist, Rvan Mountain
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
(iW%ei ('unrrurr—P1010Snmul IAWHIM 111i SCI%Wes IO 10/27i'021
APPENDIX A — SCOPE OF SERVICES
2.1 Wetland Delineation Services
Garver will conduct a wetland delineation to determine the limits of all jurisdictional waters of the United
States, including streams, within the project limits. Each potentially jurisdictional feature will be mapped
with a sub -meter GPS, which will be used to create shapefiles for use in determining avoidance and
minimization of impacts. The delineation will utilize methodologies outlined in the Regional Supplement
to the Corps of Engineers Wetlands Delineation Manual: Eastern Mountains and Piedmont Region
Version 2.0. Garver will accomplish the following as part of the wetland delineation:
• Review pertinent resources related to the project site's hydrology and soils, and review of
historical topographic maps and aerial photographs.
• Field survey of wetlands and streams within the previously identified project boundary.
• Create shapefiles from field collected data to be utilized in wetland report exhibits and for
quantification of wetland acreages and stream lengths within the project.
• Complete a wetland delineation report of findings that includes necessary documentation for
submittal to the USACE to obtain an Approved Jurisdictional Determination (AJD).
2.2 Project Deliverables
The following deliverables will be submitted to the parties identified below. Unless otherwise noted
below, all deliverables shall be electronic.
1. One hard and electronic copy of the wetland delineation report.
2. One hard and electronic copy of the AJD when received from the USACE.
3. Other electronic files as requested.
2.3 Additional Services
The following items are not included under this agreement but will be considered as additional services
to be added under Amendment if requested by the Owner.
1. Section 404 permitting services.
2. Redesign for the Owner's convenience or due to changed conditions after previous alternate
direction and/or approval.
3. Deliverables beyond those listed herein.
4. Construction documents.
5. Pavement Design.
6. Design of any utility relocation.
7. Engineering, architectural, or other professional services beyond those listed herein.
8. Construction Administration Services, On -Site Construction Observation, and/or Construction
Materials Testing.
9. Environmental Handling and Documentation, including mitigation plans, USFWS coordination
and/or surveys, or other work related to environmentally or historically (culturally) significant
items.
10. Services after construction, such as warranty follow-up and operations support.
11. Preparation of a construction stormwater pollution prevention plan.
Exhibit A — Scope of Services
Gulley Park Environmental Permitting Garver Project No. 21T14640
2.4 Schedule
Garver shall begin work under this Agreement upon execution of this Agreement and shall complete
the work within a mutually agreeable schedule with the Owner.
Phase ❑escriplion Calendar Days
Wetland Delineation and AJD Submittal 30 days from Notice to Proceed*
*US Army Corps of Engineers approved jurisdictional determination review periods are subject to
change depending on their workload.
SITE LOCATION MAP ENCLOSED
Exhibit A — Scope of Services
Gulley Park Environmental Permitting Garver Project No. 21T14640
Gulley Park
WRiM
0
o. 21 T14640
f J'
Exhibit B
City of Fayetteville - Parks Department
Gulley Park Environmental Permitting Services
Garver Hourly Rate Schedule: July 2021 - June 2022
Classification
Rates
Engineers 1 Architects
E-t.. . . ................................................. ...
S 114.00
&2..... ....................................................... .
S 132.00
E3...... ............................................................
S 160.00
E-4........... ........................................... .......................
S 187.00
E-5...........................................................-------------------
5 228.00
EB.................................... .............. ..
S 28000
E-7............ .•- -----•-----
S 373.00
Planners I Environmental Specialist
P-1.............. ._..._.......... .................................................
S 137.00
P-2.............. ...._...................................................... ....
S 172.00
P-3................................................................... •....
S 209.00
P4....................... ........................................ ... . ..
S 239.00
P-5 ............__................................
S 273.00
.... .............-..... .....
S 316.00
P-7 .. .. ........................................
S 390.00
Designers
$ -
D-1........................................................
$ 106.00
D-2 .. .. ... ............................
$ 124.00
D-3 .... ...... ..... ..... ._...
$ 148.00
D-4 ..... ........................
$ 172.00
Technicians
T-1.................... ... ... ...... .... .. ... ......... ....
$ 83.00
T-2 ...............................................
$ 10&00
T-3............... .... .............................
$ 128.00
Surveyors
S-1 ...-.......................................... ...........
$ 5U0
S-2..................... ................ _ ....... .............
$ 68.00
S-3.......... ............. ........... .........._..,._...._..»............
$ 91M
S-4 ............................................................_...........
$ 130.00
S-5 .................. ....--................_:...................
$ 172.00
S-6... ............. .._ ...............................
$ 196.00
2-Man Crew (Survey) ...............................................
$ 208.00
3-Man Crew (Survey) .............................. ..
$ 259.00
2-Man Crew (GPS Survey) ..
$ 228.00
3-Man Crew )GPS Survey)
5 279.00
Construction Observation
C-1 . .............................. ............. .............
$ 100.00
C-2------------------------------------- ----- ... ................
$ 129.00
C-3..................--•................... .. .................
$ 158.00
C-4 ................................................1.
$ 194.00
C-5........................................................
$ 232.00
Man ag ement/Administration
M-1..... .......... .................................. .------------------------ ...
$ 381.00
X-1..................................... .....,.............,.,....... ......... .
$ 65.00
X-2.-,....................................
$ 89.00
X-3........................................................................
$ 123.00
X4.................................... ...................... I..,....
$ 157.00
X-5 .................................................................
$ 193.00
X-6 ..........--•-..............................•--- ...................
$ 238.00
X-7....-----"----------------------- ...................................
$ 287.00
X-8..........................................................
$ 359.00
X-9................................... ......... ........ .
$ 433.00
Agreement for Professional Services
Gulley Park Environmental Permitting Services Garver Project No 21T14640
Exhibit B
City of Fayetteville - Parks Department
Gulley Park Environmental Permitting Services
FEE SUMMARY
Title II Service
Estimated Fees
Environmental Services $ 4,100.00
Subtotal for Title II Service
$ 4,100.00
LA2021 \21 T14640 - Gulley Park Environmental Perm itting\Contracts\Client\Draft\Gulley Park_V2 Exhibit B - Garver Fee
Spreadsheet - Lump Sum or Hourly - 2021 - Copy
Exhibit B
City of Fayetteville - Parks Department
Gulley Park Environmental Permitting Services
ENVIRONMENTAL SERVICES
WORK TASK DESCRIPTION
P-4
P-3
P-2
P-1
T-1
E-4
E-3
$239.00
$209 00
$172.00
$137.00
$83.00
$187.00
$160.00
hr
hr
hr
hr
hr
hr
hr
1. Wetland Delineation Services
Wetland Delineation
6
Report Preparation - Approved Jurisdictional Determination
1
16
Client Coordination
1
2
USACE Field Verification
2
QC Review
1
Subtotal - Wetland Delineation Services
0
0
3
26
0
0
0
Hours 0 0 3 26 0 0 0
Salary Costs $0.00 $0.00 $516.00 $3,562.00 $0.00 $0.00 $0.00
SUBTOTAL - SALARIES: $4,078.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $12.00
GPS Equipment $0 00
Travel Costs $10.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $22.00
SUBTOTAL:
SUBCONSULTANTSFEE:
$4,100.00
$0.00
TOTAL FEE: $4,100.00