Loading...
HomeMy WebLinkAbout200-21 RESOLUTIONof FarerrC u' r -*k7r� NS RS•:: 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 200-21 File Number: 2021-0540 RFQ #21-01 SELECTION #14 OLSSON, INC.: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH OLSSON, INC., PURSUANT TO RFQ 421-01 SELECTION # 14, IN AN AMOUNT NOT TO EXCEED $107,000.00 FOR DESIGN AND OTHER SERVICES RELATED TO THE REHABILITATION OF THE MARKHAM HILL WATER STORAGE TANK BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a professional engineering services agreement with Olsson, Inc., pursuant to RFQ #21-01 Selection #14, in the amount not to exceed $107,000.00 for design, bidding, construction administration, and construction observation services related to the rehabilitation of the Markham Hill Water Storage Tank. PASSED and APPROVED on 8/03/2021 Attest: Lisa Branson, Deputy City Clerk Page 1 Printed on 813121 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2021-0540 Agenda Date: 8/3/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.8 RFQ #21-01 SELECTION #14 OLSSON, INC.: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH OLSSON, INC., PURSUANT TO RFQ #21-01 SELECTION #14, IN AN AMOUNT NOT TO EXCEED $107,000.00 FOR DESIGN AND OTHER SERVICES RELATED TO THE REHABILITATION OF THE MARKHAM HILL WATER STORAGE TANK BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a professional engineering services agreement with Olsson, Inc., pursuant to RFQ #21-01 Selection #14, in the amount not to exceed $107,000.00 for design, bidding, construction administration, and construction observation services related to the rehabilitation of the Markham Hill Water Storage Tank. City of Fayetteville, Arkansas Page 1 Printed on 81412021 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2021-0540 Legistar File ID 8/3/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 7/16/2021 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of an Engineering Services Agreement with Olsson, Inc. in an amount not to exceed $107,000.00 for design of removal and replacing coating systems and updating safety systems at the Markham water storage tank. Budget Impact: 5400.720.5600-5314.00 Water and Sewer Account Number Fund 14010.1 Water Tank Improvements Project Number Project Title Budgeted Item? Yes Current Budget $ 1,255,478.00 Funds Obligated $ 467.86 Current Balance $ 1,255,010.14 Does item have a cost? Yes Item Cost $ 107,000.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget 1,148,010.14 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: RFQ 21-01, Selection #14 CITY OF FAYETTEVILLE ARKANSAS MEETING OF AUGUST 3, 2021 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: July 13, 2021 CITY COUNCIL MEMO SUBJECT: RFQ 21-01, Selection #14 — Engineering Services Agreement with Olsson, Inc. for Design of the Markham 1-MG Elevated Storage Tank Rehabilitation RECOMMENDATION: Staff recommends approval of an Engineering Services Agreement with Olsson, Inc. in an amount not to exceed $107,000.00 for design of removal and replacing coating systems and updating safety systems at the Markham water storage tank. BACKGROUND: The Markham 1-MG elevated storage tank is located atop Markham hill and provides water to the City's primary pressure plane. The tank is in need of removal and replacement of the painted coating systems due to normal aging. Furthermore, the tank climbing systems are outdated and need to be updated to modern safety standards. This tank does not have a previous inspection on record but will be inspected as a part of the engineering design in this agreement. DISCUSSION: Olsson Inc. has been involved in many past City tank rehabilitation projects, as well as new construction designs. On April 6, 2021 the City of Fayetteville conducted a formal Engineering Selection meeting for this project and selected Olsson, Inc. (RFQ 21-01, Selection #14). The scope of services for this project will include site visits, structural inspections and analyses, developing plans and specifications for coating systems and tank mixing retrofits, bidding services, and on -site inspection services during construction. BUDGET/STAFF IMPACT: Funds are available in the Water Tank Improvements account within the Water & Sewer Fund. Attachments: Vicinity Map Engineering Services Agreement Appendix A — Scope of Services; Fees Appendix B — Billing Rates Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Ilial Cr6 's-S Ch WrP Markham Water Tank Rehabilitation Vicinity Map I NTS x Proiect Location Vt tit it I I walmarf 1 I, 71 a., - 'UFTE,, I Leverett 0, t Do manle P .. nbkk Lf Jr V.. F- R 5 1 7 Y -a-P K A N S A S F Boo vva;ton Anna ]e F. H. S. he Vue Apts. Foods Rnnacle AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And OLSSON INC. MARKHAM IMG ELEVATED STORAGE TANK REHABILITATION THIS AGREEMENT is made as of3 2021, by and between City of Fayetteville, Arkansas, acting by and through its MayVhe—e�inafter called CITY OF FAYETTEVILLE) and Olsson, Inc. (hereinafter called ENGINEER). CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection with the evaluation, design, and/or construction administration of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and ENGINEER in consideration of their mutual covenants agree as follows: ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those assignments to which this Agreement applies, and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed under the direction of a professional engineer registered in the State of Arkansas and qualified in the particular field. SECTION 1 - AUTHORIZATION OF SERVICES 1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF FAYETTEVILLE and agreement of ENGINEER. 1.2 Assignments may include services described hereafter as Basic Services or as Additional Services of ENGINEER. 1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. SECTION 2 - BASIC SERVICES OF ENGINEER 2.1 Perform professional services in connection with the Project as hereinafter stated. 2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in Appendix A attached hereto and made part of this Agreement. 2.2 ENGINEER shall coordinate their activities and services with the CITY OF FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has full responsibility for the engineering services. Olsson Contract Markham Tank Rehab SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE 3.1 CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of ENGINEER. 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to perform its services under this Agreement. 3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 Provide such professional legal, accounting, financial, and insurance counseling services as may be required for the Project. 3.1.6 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The City Engineer shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.7 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 is $107,00.00. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on an hourly NTE basis 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 Olsson Contract Markham Tank Rehab ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment 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 minimum insurance coverages: Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance Limits of Liability Statutory $500,000 Each Accident $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit $1,000,000 Each Claim Olsson Contract Markham Tank Rehab ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the specified insurance within ten days of the date of this Agreement and upon each renewal of coverage. 6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their officers, directors, agents, or employees for damage covered by property insurance during and after the completion of ENGINEER's services. 6.2 Professional Responsibility 6.2.1 ENGINEER will exercise reasonable skill, care, and diligence in the performance of ENGINEER's services and will carry out its responsibilities in accordance with customarily accepted professional engineering practices. CITY OF FAYETTEVILLE will promptly report to ENGINEER any defects or suspected defects in ENGINEER's services of which CITY OF FAYETTEVILLE becomes aware, so that ENGINEER can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of ENGINEER. 6.3 Cost Opinions and Projections 6.3.1 Cost opinions and projections prepared by ENGINEER relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, and operating results are based on ENGINEER's experience, qualifications, and judgment as a design professional. Since ENGINEER has no control over weather, cost and availability of labor, material and equipment, labor productivity, construction Contractors' procedures and methods, unavoidable delays, construction Contractors' methods of determining prices, economic conditions, competitive bidding or market conditions, and other factors affecting such cost opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by ENGINEER. 6.4 Changes 6.4.1 CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of ENGINEER's services, with an appropriate change in compensation and schedule only after Fayetteville City Council approval of such proposed changes and, upon execution of a mutually acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE and the duly authorized officer of ENGINEER. 6.5 Termination 6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: 6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.1.2 An opportunity for consultation with the terminating party prior to termination. Olsson Contract Markham Tank Rehab 4 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 After payment in accordance with Paragraphs 6.5.3 and 6.5.4 above, deliver or otherwise make available to CITY OF FAYETTEVILLE all project deliverables at the latest stage of completion (e.g. 30%, 90%, etc.) CITY OF FAYETTEVILLE shall have the limited right to use the deliverables subject to the provisions of Paragraph 6.12.2. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of this clause. 6.6 Delays 6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to additional compensation and time for reasonable costs incurred by ENGINEER in temporarily closing down or delaying the Project. Olsson Contract Markham Tank Rehab 6.7 Rights and Benefits 6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise Olsson Contract Markham Tank Rehab 6 CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 The CITY OF FAYETTEVILLE acknowledges the Engineer's plans and specifications, including all documents on electronic media ("delivered documents"), as instruments of professional service. Nevertheless, the delivered documents prepared under this Agreement shall be delivered to and become the property of the CITY OF FAYETTEVILLE upon completion of the services and payment in full of all monies due to the Engineer. Except for the Engineer's services provided for by this Agreement as related to the construction and completion of the Project, the ENGINEER accepts no liability arising from any reuse of the delivered documents by the CITY OF FAYETTEVILLE, unless the Engineer is retained by CITY OF FAYETTEVILLE to make modifications or otherwise reuse the delivered documents. Except where the CITY OF FAYETTEVILLE reuses the delivered documents subsequent to the completion of the Project, nothing contained in this paragraph shall alter the Engineer's responsibilities and obligations under this Agreement. 6.12.3 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. ENGINEER makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 6.13 Notices 6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Street Fayetteville, Arkansas 72701 ENGINEER's address: 302 E. Millsap Road Fayetteville, Arkansas 72703 Olsson Contract Markham Tank Rehab 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 parry of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials, equipment, or work. 7.2 Remedies 7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. Olsson Contract Markham Tank Rehab 7.3 Audit: Access to Records 7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant Against Contingent Fees 7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Olsson Contract Markham Tank Rehab 9 7.5 Gratuities 7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first above written. By: City Clerk OLSSON, INC. Bv: &.� t 1�4 Brad B. Hammond, PE, Office Leader Chris Hall, PE, Team Leader END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Olsson Contract Markham Tank Rehab 10 APPENDIX A olsson a SCOPE OF SERVICES Corey Granderson Utilities Engineer City of Fayetteville, Arkansas PROJECT DESCRIPTION AND LOCATION Project will be located at: 141 North Sang, Fayetteville, AR Project Description: Markham 1 MG Elevated Storage Tank Rehabilitation SCOPE OF SERVICES Olsson hereby agrees to provide the following services ("Scope of Services") to the City of Fayetteville ("Client") for the Project: PHASE 100 PROJECT MANAGEMENT Project Management: • Establish and maintain project scope, schedule, and budget. • Kick-off Meeting: Schedule and attend an in -person kick-off meeting with the whole project team including drafting an agenda, sending out invites, and recording meeting minutes with action items. • Progress Meetings: Participate in monthly progress meetings with the Client and project team. Quality Management: • Quality assurance and quality control (QA/QC) reviews are an integral part of Olsson's project performance. This process will be undertaken by senior staff members of the firm selected for their experience and expertise. The goal of the QA/QC process is to ensure that technical issues have been correctly addressed, Client standards are incorporated, and drawings and documents are clear, complete, and concise. • Formal QA/QC reviews will be conducted at key intervals of design. Completion of the QA/QC plan involves a final review by the Client and Olsson. PHASE 200 DETAILED DESIGN • Olsson non-destructive testing (NDT) team member will perform an internal/external inspection of the Markham Hill elevated storage tank. A visual inspection of tank internal & external components, and ultrasonic thickness 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com measurements on the tank shell, support legs, and any other areas of concern. The inspection will indicate corrosion rates, predicted remaining life, inspection observations, and recommendations for suitability of continued service. • Olsson Engineer(s) shall visit site to conduct inspection of existing coating system and other tank rehabilitation items including ladders, rails, antenna, overflow pipe, altitude valve, and existing cathodic protection. Site visit will be coordinated with City preferred coating manufacturer professional to obtain recommendations. Lead testing of existing coating system will be requested from manufacturer's professional. A maximum of one site visit is included. • Provide engineering design of coating system, mixing system, cathodic system removal, overflow outlet, drain outfall improvement. • Provide structural design of catwalk rail replacement/reinforcement, lower ladder extension and upper ladder replacement. • Prepare Technical Specifications including exhibits. 8.5"x11" technical exhibits shall include vicinity map, tank site plan, tank section and structural details. Olsson shall utilize Client's standard "front end" specifications. • Develop an opinion of probable construction cost for the project based on the Specifications. • Review engineered Specifications with Client and based on feedback, finalize project Contract Documents, including developing a materials list with quantities. • Submit final design documents to Arkansas Department of Health (ADH). ADH $500 review fee included. DESIGN PHASE PROJECT DELIVERABLES: • NDT Structural Inspection Report — digital copy and 2 hard copies • Specifications and Exhibits — digital copy and 2 final hard copies • Opinion of Probable Cost PHASE 300 BID AND PRECONSTRUCTION SERVICES • Prepare advertisement for bid and transmit Plans and Specifications to Client for distribution. • Schedule and attend a pre -bid meeting with the project team. • Provide clarification on questions during bidding and, if necessary, prepare addenda for distribution. The Client will be informed on a regular basis of any changes resulting from bidders' questions. • Attend the virtual bid opening. PHASE 400 ENGINEERING CONSTRUCTION ADMINISTRATION 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com • Olsson shall provide engineering construction administration based on a 120 day construction schedule. • Attend Preconstruction meeting. Fee is limited to two Olsson engineers to attend meeting. • Attend monthly progress meetings. Fee is limited to one Olsson engineer to attend monthly meetings. • Furnish professional engineer to make up to six (6) visits to the site (as distinguished from the services of a Resident Project Representative) as appropriate to observe the progress and quality of the executed work and to determine in general if the work is proceeding in accordance with the Contract Documents. In performing these services, the Engineer will endeavor to protect the Owner against defects and deficiencies in the work of the contractor; but he cannot guarantee the performance of the contractor, nor will the Engineer supervise, direct, control or have authority over or be responsible for Contractor's means, methods, techniques, sequences or procedures of construction or for the safety measures that the contractor takes or should take. • Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of material and equipment and other data which the contractor submits. This review is for the benefit of the Owner to ensure general conformance with the design concept of the project and general compliance by the contractor with the information given in the contract documents. It does not relieve the contractor of any responsibility such as dimensions to be confirmed and correlated at the job site, appropriate safety measures to protect workers and the public, or the necessity to construct a complete and workable facility in accordance with the contract documents. • Prepare and review construction documentation including Requests For Information, Field Orders, Change Orders as directed by the Owner or Owner's representative. • Upon Contractor request for substantial completion approval, Olsson shall verify the Project on site and respond to Client. • Olsson shall conduct the Project final inspection with Client. Olsson shall provide written punch list and/or certificate of completion to Contractor and Client. PHASE 500 CONSTRUCTION OBSERVATION SERVICES • Olsson shall provide Resident Project Representative (RPR) for construction observation services. Olsson's RPR shall be a NACE CIP Level 1 certified inspector for the review of technical specifications for coatings and application; observation of washing/blasting/surface preparation and cleaning; weather conditions; crack and concrete repairs; and coating application (all prime, intermediate, and final coats). Each coating layer will have dry film thickness readings collected. Surface profile readings, weather conditions, wet mil thickness, 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com and dry film thickness readings will be recorded in a field coating report. A final coating oversight/inspection document will be completed. • NACE CIP Level 1 RPR shall be provided on a time and expense basis. Lodging and meal expenses shall be billed at $150 per diem basis. Positector equipment charge will be billed at $100 per trip -day. • RPR duties are anticipated to be approximately "Part-time" during Contractor's active working days and allowable working hours defined in the construction contract. A total of 24 working days and estimated 192 hours are anticipated to complete construction work in the required sequence, over a period of 120 active working days during the restricted construction season and schedule. PROJECT SCHEDULE • Design will take 90 days from client notice to proceed. • Construction administration and observation services are based on a 120-day construction schedule. Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for such additional services (Optional Additional Services) at the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. Olsson shall not commence work on Optional Additional Services without Client's prior written approval. Optional Additional Services shall include but not limited to: • Any meetings with local, State, or Federal agencies, or other affected parties to discuss the project, other than those specifically noted. • Supplemental engineering work required to meet the requirements of regulatory or funding agencies that may become effective subsequent to the date of this agreement. • Assist City with negotiating and reviewing any liquidated damages for delays caused by Contractor if the project extends beyond the anticipated contractual durations. • Special consultants or independent professional associates requested or authorized by City. • Facility operation and maintenance manual (in addition to the equipment operation and maintenance manuals provided by the Contractor), and operator training, other than those specifically noted. 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com • Assistance with prequalification protest, bid protests and rebidding, preparation for litigation, arbitration, or other legal or administrative proceedings, and appearances in court or at arbitration sessions in connection with the project. • Visits to the construction site and/or the City's location in addition to the number of such trips and the number of staff -hours in connection with them set out in other phases of the contract scopes. • Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by the Contractor, and services after the award of the contract in evaluating and determining the acceptability of substitutions proposed by the Contractor. • Additional or extended services during construction made necessary by: (1) work damaged by fire or other cause during construction; (2) a significant amount of defective or neglected work of the Contractor; (3) acceleration of the process schedule involving service beyond normal working hours; (4) default by the Contractor; and (5) failure of the Contractor to complete the work within the construction contract time. • Evaluation of unusually complex claims or an unreasonable or extensive number of claims submitted by the Contractor or others in connection with the work beyond the level of effort budgeted under Construction Phase Services. • Changes in the general scope, extent, or character of the project or its design including, but not limited to, changes in size, complexity, the City's schedule, character of construction, or method of financing; and revisions to previously accepted studies, reports, design documents, or construction Contract Documents when such revisions are required by changes in laws, regulations, ordinances, codes, or are due to any other causes beyond the Engineer's control. Olsson agrees to provide all of its services in a timely, competent and professional manner, in accordance with applicable standards of care, for projects of similar geographic location, quality and scope. 302 E. Millsap Road / Fayetteville, AR 72703 0 479.443.3404 / olsson.com olsson 0) Date: 08-Jul-21 Job: Markham Hill Tank Repainting TOTALS Phase/ Task Description of Work Total Man -Days Total Labor Fee Total Expense Fee Total Fee 100 Project Mana ement & QA/QC Project Management 3.50 $ 4,476.00 $ - $ 4,476.00 Invoices 0.38 $ 540.00 $ - $ 540.00 QA/QC 1.50 $ 1,888.00 $ - $ 1,888.00 Project meetings 1.75 $ 1,906.00 $ - $ 1,906.00 200 Design Phase Services Site Visits 1 visit 1.50 $ 1,516.00 $ 33.13 $ 1,549.13 NDT/ Structural inspection and Report $ 3,005.00 $ - $ 3,005.00 Structural Analysis Lower ladder, catwalk rail, upper ladder 9.00 $ 9,660.00 $ - $ 9,660.00 Development of Specifications 7.00 $ 6,848.00 $ 112.50 $ 6,960.50 Develo ment of Exhibits 15.13 $ 14,924.00 $ - $ 14,924.00 Mixing S stem Design 6.25 $ 6,534.00 $ - $ 6,534.00 ADH submission and response 1.13 $ 1,067.00 $ 500.00 $ 1,567.00 300 Bid & Preconstruction Phase Services Coordinate Advertisement and Distribute Contract Documents 0.50 $ 564.00 $ - $ 564.00 Questions from Plan Holders 1.00 $ 1,128.00 $ - $ 1,128.00 Assist Addendum Preparation 0.75 $ 812.00 $ - $ 812.00 Attend Bid Opening & Assist with Evaluation of Bids 0.75 $ 924.00 $ - $ 924.00 Recommendation & Contract Award 0.50 $ 564.00 $ - $ 564.00 Assist with Construction Contract Preparation 0.75 $ 754.00 $ - $ 754.00 400 Engineering Construction Administration Engineering Admin 13.00 $ 14,130.00 $ 69.00 $ 14,199.00 NDT/Critical Inspection Services 12 visits - $ 27,480.00 $ - $ 27,480.00 Local Inspection Services 12 visits - $ 7,560.00 $ - $ 7,560.00 $ $ - $ $ $ - $ GRAND TOTAL rounded 64.39 $ 106,280.00 $ 714.63 $ 107,000.00 /_1„210191PAM � olsson LABOR RATE BILLING SCHEDULE 2021 LABOR RATES Description Range Principal/Senior Professional....... 140 - 275 Project Manager ........................ 110 - 180 Project Professional ................... 90 - 145 Assistant Professional ................ 60 - 125 Designer .................................. 70 - 135 CAD Operator ........................... 40 - 100 Survey ..................................... 50 - 140 Survey Crew ............................. 120 - 160 Construction Services ................. 50 - 170 Administrative/Clerical................ 40 - 100 Note: 1. Special Services not included in above categories will be provided on a Special Labor Rate Schedule. 2. Rates subject to change based upon updates to Billing Rates for upcoming year. Page 1 of 1