Loading...
HomeMy WebLinkAbout29-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 29-23 File Number: 2022-318 HORNER & SHIFRIN, INC.: A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HORNER & SHIFRIN, INC., PURSUANT TO RFQ 22-01 SELECTION #7, IN AN AMOUNT NOT TO EXCEED $84,668.91 FOR ENGINEERING SERVICES ASSOCIATED WITH THE DOT TIPTON LIFT STATION ELIMINATION PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $10,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a professional engineering services agreement with Horner & Shifrin, Inc., pursuant to RFQ 22-01 Selection #7, in an amount not to exceed $84,668.91 for engineering services associated with the Dot Tipton Lift Station Elimination Project, and further approves a project contingency in the amount of $10,000.00. PASSED and APPROVED on February 7, 2023 Page 1 Attest: :V• �•��C Kara Paxton, CityCle Treasurer f A y- . ,n t v ��': i CITY OF Pow, FAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 7, 2023 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Timothy Nyander, Utilities Director DATE: SUBJECT: RECOMMENDATION: CITY COUNCIL MEMO 2022-318 Staff recommends approval of an Engineering Services Agreement with Horner & Shifrin, Inc. for gravity sanitary sewer design related to the Dot Tipton Lift Station Removal project in an amount not to exceed $84,668.91, and to approve a project contingency of $10,000.00. BACKGROUND: The Dot Tipton sewer lift station was constructed by private developers in 2008 to service residential single- family homes in the Legacy Pointe subdivision. Removal of this lift station was recommended in the 2021 Wastewater Collection System Master Plan Update by RJN Group, Inc. Removing this lift station will reduce direct O&M expenses for the City as well as reduce the contributing flow to the Owl Creek lift station which is situated downstream of Dot Tipton lift station. This will allow the Owl Creek lift station to have extended capacity life. DISCUSSION: To take the lift station out of service, a gravity sewer main must be constructed approximately 4,200 linear feet to reach an existing gravity sewer line near the intersection of Goose Creek Road and Double Springs where flow would enter the larger Farmington lift station. Engineering design services are necessary for this project. Horner and Shifrin, Inc. was formally selected at an Engineering Selection Committee meeting on March 17, 2022 (RFQ 22-01, Selection #7). BUDGET/STAFF IMPACT: Funds are available in the Sanitary Sewer Rehabilitation account. ATTACHMENTS: SRF Horner & Shrifrin, Inc., H&S Dot Tipton Agreement Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Legislation Text File #: 2022-318 A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH HORNER & SHIFRIN, INC., PURSUANT TO RFQ 22-01 SELECTION #7, IN AN AMOUNT NOT TO EXCEED $84,668.91 FOR ENGINEERING SERVICES ASSOCIATED WITH THE DOT TIPTON LIFT STATION ELIMINATION PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $10,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a professional engineering services agreement with Horner & Shifrin, Inc., pursuant to RFQ 22- 01 Selection #7, in an amount not to exceed $84,668.91 for engineering services associated with the Dot Tipton Lift Station Elimination Project, and further approves a project contingency in the amount of $10,000.00. Page 1 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2022-318 Item ID 2/7/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/4/2023 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of an Engineering Services Agreement with Horner & Shifrin, Inc. for gravity sanitary sewer design related to the Dot Tipton Lift Station Removal project in an amount not to exceed $84,668.91, and to approve a project contingency of $10,000.00. 5400.720.5700-5314.00 Account Number 02017.1 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Water and Sewer Fund Sanitary Sewer Rehabilitation Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 6,242,236.00 $ 4,843,648.78 r- 1,398,587.22 $ 94, 668.91 1,303,918.31 Previous Ordinance or Resolution # Approval Date: V20221130 AGREEMENT For PROFESSIONAL ENGINEERING SERVICES Between CITY OF FAYETTEVILLE, ARKANSAS And HORNER & SHIFRIN, INC. THIS AGREEMENT is made as of f , 2023, by and between City of Fayetteville, Arkansas, acting by and through its Mayor a inafter called CITY OF FAYETTEVILLE) and HORNER & SHIFRIN, INC. (hereinafter called E INEER). 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. 3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project. 3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. 3.1.3 Assist ENGINEER in obtaining access to property reasonably necessary for ENGINEER to perform its services under this Agreement. 3.1.4 Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by ENGINEER and render in writing decisions pertaining thereto. 3.1.5 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to the services to be performed under this Agreement. The City Engineer shall have complete authority to transmit instructions, receive information, interpret and define CITY OF FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide written comments to ENGINEER in a timely manner. SECTION 4 - PERIOD OF SERVICE 4.1 This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. 4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. ENGINEER will proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. The anticipated schedule for this project is included as Appendix A. SECTION 5 - PAYMENTS TO ENGINEER 5.1 The maximum not -to -exceed amount authorized for this Agreement is $84,668.91. The CITY OF FAYETTEVILLE shall compensate ENGINEER based on a unit price, not -to -exceed basis as described in Appendix A. 5.2 Statements 5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for professional services consistent with ENGINEER's normal billing schedule. Once established, the billing schedule shall be maintained throughout the duration of the Project. Applications for payment shall be made in accordance with a format to be developed by ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall Draft Standard Contract - Professional Engineering Services.doc 2 be accompanied each month by the updated project schedule as the basis for determining the value earned as the work is accomplished. Final payment for professional services shall be made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory completion of the study and report for the Project. 5.3 Payments 5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE shall advise ENGINEER in writing of the basis for any disputed portion of any statement. CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of date the invoice is approved, however, payment within 30 days is not guaranteed. 5.4 Final Payment 5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by ENGINEER to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against ENGINEER or his sureties under this Agreement or applicable performance and payment bonds, if any. SECTION 6 - GENERAL CONSIDERATIONS 6.1 Insurance 6.1.1 During the course of performance of these services, ENGINEER will maintain (in United States Dollars) the following minimum insurance coverages: Type of Coverage Workers' Compensation Employers' Liability Commercial General Liability Bodily Injury and Property Damage Automobile Liability: Bodily Injury and Property Damage Professional Liability Insurance 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 Draft Standard Contract - Professional Engineering Services.doc 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. Draft Standard Contract - Professional Engineering Services.doc 4 6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that ENGINEER is given: 6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, 6.5.2.2 An opportunity for consultation with the terminating party prior to termination. 6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but 6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work, 6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default. 6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by ENGINEER relating to commitments which had become firm prior to the termination. 6.5.5 Upon receipt of a termination action under Paragraphs 6.5.1 or 6.5.2 above, ENGINEER shall: 6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise), 6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by ENGINEER in performing this Agreement, whether completed or in process. 6.5.6 Upon termination under Paragraphs 6.5.1 or 6.5.2 above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. 6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is determined that ENGINEER had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in Paragraph 6.5.4 of this clause. 6.6 Delays 6.6.1 In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to additional compensation and time for reasonable costs incurred by ENGINEER in temporarily closing down or delaying the Project. Draft Standard Contract - Professional Engineering Services.doc 5 6.7 Rights and Benefits 6.7.1 ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 6.8 Dispute Resolution 6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or ENGINEER in the performance of this Agreement, and disputes concerning payment. 6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given under Paragraph 6.8.3, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in Paragraphs 6.8.3 and 6.8.4 have been complied with. 6.8.3 Notice of Dispute 6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. 6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give ENGINEER written Notice at the address listed in Paragraph 6.14 within thirty (30) days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. 6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of ENGINEER and the Mayor of CITY OF FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 days of the written request to resolve the dispute. 6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining funds to remit payment to ENGINEER for services rendered by ENGINEER. 6.10 Publications 6.10.1 Recognizing the importance of professional development on the part of ENGINEER's employees and the importance of ENGINEER's public relations, ENGINEER may prepare publications, such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to ENGINEER CITY OF FAYETTEVILLE may require Draft Standard Contract - Professional Engineering Services.doc 6 deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. The cost of ENGINEER'S activities pertaining to any such publication shall be for ENGINEER's account. 6.11 Indemnification 6.11.1 CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify, defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Contractors, or their employees, agents, Subcontractors, and Suppliers. 6.12 Ownership of Documents 6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced copies of drawings and copies of other documents. 6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or electronic media prepared by ENGINEER as part of the Services shall become the property of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services rendered, provided, however, that ENGINEER shall have the unrestricted right to their use. ENGINEER shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of ENGINEER. 6.12.3 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. ENGINEER makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 6.13 Notices 6.13.1 Any Notice required under this Agreement will be in writing, addressed to the appropriate party at the following addresses: CITY OF FAYETTEVILLE's address: 113 West Mountain Street Fayetteville, Arkansas 72701 ENGINEER's address: Street City, State Zip Code Draft Standard Contract - Professional Engineering Services.doc 7 6.14 Successor and Assigns 6.14.1 CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or transfer his interest in the Agreement without the written consent of the other. 6.15 Controlling Law 6.15.1 This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 6.16 Entire Agreement 6.16.1 This Agreement represents the entire Agreement between ENGINEER and CITY OF FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be considered as a document for CITY OF FAYETTEVILLE's internal management of its operations. SECTION 7 - SPECIAL CONDITIONS 7.1 Additional Responsibilities of ENGINEER 7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder shall not in any way relieve ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services shall be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. 7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of any of the services furnished under this Agreement except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. 7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials, equipment, or work. 7.2 Remedies 7.2.1 Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising Draft Standard Contract - Professional Engineering Services.doc 8 out of or relating to this Agreement or the breach thereof will be decided in a court of competent jurisdiction within Arkansas. 7.3 Audit: Access to Records 7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. ENGINEER shall also maintain the financial information and data used by ENGINEER in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. ENGINEER will provide proper facilities for such access and inspection. 7.3.2 Records under Paragraph 7.3.1 above, shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 7.3.3 This right of access clause (with respect to financial records) applies to: 7.3.3.1 Negotiated prime agreements: 7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: 7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier subagreement or purchase order awarded after effective price competition, except: 7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding any financial records of ENGINEER; 7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved; 7.3.3.3.3 If the subagreement is terminated for default or for convenience. 7.4 Covenant Against Contingent Fees 7.4.1 ENGINEER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ENGINEER for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the Draft Standard Contract - Professional Engineering Services.doc 9 price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7.5 Gratuities 7.5.1 if CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of ENGINEER's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 7.5.2 In the event this Agreement is terminated as provided in Paragraph 7.5.1, CITY OF FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which shall be not less than three nor more than ten times the costs ENGINEER incurs in providing any such gratuities to any such officer or employee. 7.6 Arkansas Freedom of Information Act 7.6.1 City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). if a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, ENGINEER will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 ct seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS HORNER & SHIF'RIN, INC. DiValy signBd by chnst ra F. Wilson ' C� k+�tiwb9.01—rshimn.cem, Christina F. Willson LUN' LN_c4jdlS!F,V/kpp O -Way Bv_ Data: 2022.11.09 0910:06-0500' .,P,E. • R 7'j.� r� ATTEST:=-Lt:L�OTY 0 9►f����,�� H t-- = Titi i`AAM. Vice -President Asst. F City Clcrk TreGhufelI ° END OF AGREEMENT F� '��i��flMA,I NGINEERING SERVICES f��.�aeaa �it�►���14� Draft Standard Contract - Professional Engineering Son -ices 10 Horner & Shifrin I Fayetteville Dot Tipton Lift Station Elimination Project �J 4 January 2023 Page 1 Appendix A Scope of Services 1. General This project involves the elimination of the Dot Tipton Lift Station (LS-44) in southwest Fayetteville. LS-44 will be decommissioned, and new gravity sewer main will be constructed south of the lift station then follow the alignment of existing force main along Goose Creek. Connection to an existing manhole (SSM-13950) will be made allowing for wastewater to flow to Sewer Lift Station #12. Total new gravity sewer main is approximately 4,200 feet. Scope will include surveying, environmental services, design, easement obtainment, and creation of final drawings, specifications and bid documents. Bidding and construction management will be addressed at a later date with an addendum to this agreement. 2. Project Management The ENGINEER will provide a project management plan including scope, team, schedule, communication plan, and deliverables. Monthly invoicing and project status updates will be provided to the CITY OF FAYETTEVILLE. Prior to beginning work, a project kickoff meeting between the ENGINEER and CITY OF FAYETTEVILLE will be conducted. ENGINEER will attend review meetings with CITY OF FAYETTEVILLE for submittals provided. The ENGINEER will provide meeting minutes to the CITY OF FAYETTEVILLE to document items discussed at each meeting. ENGINEER will coordinate with subconsultants and review invoices prior to submittal for payment. 3. Surveys and Geotechnical ENGINEER will gain access with landowner coordination and complete a detailed 50' wide topographic survey along the proposed route. Records research, field research, and boundary resolution will be completed, and exhibit maps will be produced to include right-of-way, easements, and temporary construction easements required. As necessary, borings will be taken with rock soundings to a target depth of 20 feet or until materials resulting in auger refusal are encountered, whichever is less. Groundwater depth will also be noted. A written statement of findings will be provided with site description, detailed evaluation of subsurface conditions, groundwater, and dept of in -situ rock materials. Work will be performed by a subconsultant to Horner & Shifrin. Costs will be invoiced to the CITY OF FAYETTEVILLE with a 10% markup. 4. Environmental Services ENGINEER will assess the following requirements for the projects and secure permits, documentation, and waivers as required: SAINT LOUIS, MO • BENTONVILLE, AR • CHICAGO, IL • EDWARDSVILLE, IL • O'FALLON, IL • O'FALLON, MO • POPLAR BLUFF, MO • ST. CHARLES, MO Horner & Shifrin I Fayetteville Dot Tipton Lift Station Elimination Project �J 4 January 2023 Page 2 Stormwater Pollution Prevention Plan and stream crossing authorization from the Arkansas Department of Environmental Quality 5. Preliminary Design (60%) Preliminary design drawings including cover sheet, general notes, plan and profile maps and water profiles (1" = 20' full size scale) will be developed. Opinion of probable construction cost estimates will also be prepared. Documents (electronic pdfs and one set of half-size drawings) will be provided to the CITY OF FAYETTEVILLE for review and comment. 6. Final Design Upon approval of the preliminary design by the CITY OF FAYETTEVILLE, the ENGINEER will continue with the 90% design. This will include construction plans, technical specifications, bid - ready documents, and an updated opinion of probable construction cost. A complete set will be provided to the city for final review, and any comments will be incorporated into the final design. The ENGINEER will provide one (1) hard copy of the final design with half -sized drawings and electronic pdf copy. The ENGINEER will coordinate approval from the Arkansas Department of Health (ADH) and provide the $200 review fee. 7. Easements and Property Acquisition The ENGINEER will provide necessary easement documents to the CITY OF FAYETTEVILLE for acquisition by the CITY OF FAYETTEVILLE. 8. Bidding Services Not used — Bidding services may be provided with a future contract amendment. No work will be completed without written authorization from the CITY OF FAYETTEVILLE. 9. Construction Administration Not used — Construction administration may be provided with a future contract amendment. No work will be completed without written authorization from the CITY OF FAYETTEVILLE. 10. Excluded Items The following items are not included under this agreement and will be considered additional work requiring a change order: A. Redesign due to changing conditions that occur after approval of work provided. B. Additional submittals or deliverables not listed in this Scope of Services. C. Materials testing. D. Additional environmental services beyond those listed in Section 4. E. Legal and litigation services. F. Any additional permits or approvals required beyond those listed in this Scope of Services Horner & Shifrin Fayetteville Dot Tipton Lift Station Elimination Project 4 January 2023 Page 3 11. Schedule ENGINEER will begin work included in this Scope of Services within ten (10) days of Notice to Proceed from the CITY OF FAYETTEVILLE. Schedule shall proceed as outlined below: Surveys and Geotechnical Preliminary Design 90% Design Final Design 12. Fee 60 days from start date 60 days from surveys and geotechnical 60 days from approval of Preliminary Design 20 days from 90% Design Review by City Project fees related to this Scope of Services is presented below: Project Startup $ 2,145.49 Existing Conditions Survey, Geotechnical & Easements (Subcontracted) $34,496.00 Review of Subcontracted Work 5 4,245.66 Environmental 5 1,491.77 Preliminary Design 5 25,649.06 90`/6 Final Plans and Specifications 512,019.07 Final Plans and Bid Documents 5 3,565.86 Reimbursable Expenses 5 1,056.00 Total 594,668.91 Horner & Shifrin will complete work outlined in this Appendix A for the unit price, not -to -exceed amount of $84,668.91. The CITY OF FAYETTEVILLE will pay ENGINEER on a monthly basis, based upon invoices submitted by ENGINEER to the CITY OF FAYETTEVILLE for the scope of services described in this agreement. Payments not received within 60 days of invoice date will be subject to a one percent monthly interest charge. Horner & Shifrin I Fayetteville Dot Tipton Lift Station Elimination Project �J 4 January 2023 Page 4 ' Fayetteville Hot Tipton Lilt Station Elimination r Planning and Design Prepared 6y: RUM _ Labor Classification LABOR: McCleish James Mills an Willson Christina J not Br tt 51 Task Task - - 5154 - S'25 $95 Task No. Task Description M.H. Cost - EP07 - -E�-1 TES05 PROJECT STARTUP 1 .Attend startup.meeting.with.City staff ..ff............................................................................. 6' i1,32fi.64 ... 2 2 2 2 Obtain avail able in furmation 2 $=54 2 r— 3 Identi kn awn mamten an ce ssu es or ca c related issues. 2� f327.54 2 4 Prepa re Meetin 9 Minutes 1 $163.77 1 Subtotal 11 $2.145.49 2 7 2 0 0 SURVEY GEOTECHIW S EASEMEI Bc ONTRA 1 area.research 30.0& 2 .Complete ....................................................................................................................................... Complete field. work ..................._U.r .................._2. ......_$327.54 2 r 3 Process field data in CAD H 4 ..................................................................................................................................................................................................... PLS Review H ................. .............. 5 .................................................................................................................................................................................................................................... Delineate temporary construction easements& permanent sewer 6 $1,W7.63 4 2 easements 6 Gen erateeasement exhibits............................................................................................... ....................3 ......$1.,415.22. 6 2 7 Submit.easement.plans.tD..q.!t!'....................................................................................................................._�. .......................................... .......... 163.77 i 1 8 Review comments with City staff....................................................................................... .................................................... ......... ...................._2 ........ f3W7.54. 2 9 QAfQC and project man a ement 5 1 3 2 Subtotal 24 $4245.66 0 18 6 0 0 PRELIMINARY DESIGN 1 Complete site walk r 4 $&55.03 4 2 Sewer Layout. Plan. View.................................................................................................................................... s......................:34 3 Coordinate with local utilities 4 $566.56 2 4 Generate san@ar contributions-Current&Future 5r y694.22 1 S ..........................................`............................................................................................................................. Evaluatesystem.hydraulics............................................................................................................................._9......_f1,5U6.�99 1 4 6 Generate, cover sheet and general notes ,2 f23.4.96 7 Gen orate sew er details 2 $233.96 S ..................................................................................................................................................................................................................................... Generate plan. and profile sheets 104 ,113,513.60 4 6 9 Calculate uantities 9. 5 y694.22 1 10 Estimate opinion of probable cost ......................... 6 $M7.99 1 1 11 Submit Plans and opinion of cost to City 1 $163.77 1 12 Review comments with City staff 2r f327.54 2 13 Gen orate tech n ical specifications and bid docu ments 26 .f3,522.60 14 Submit P fans. to_ADH for comment 1 $163.77 1 15 OAfQC and project man a ement r Sr S1549.12 6 Subtotal 139 525,649.06 261W15 0 0 ENVIRONMENTAL SERVICES 1 Stormwater Pollution Prevention Plan 10 $95G.o-o- 10 5 QAlOC and project management r 3' $541.77 1 2 Subtotal 13r$1,49i� 0 1 0 2 10 SAINT LOUIS, MO • BENTONVILLE, AR • CHICAGO, IL • EDWARDSVILLE, IL • O'FALLON, IL • O'FALLON, MO • POPLAR BLUFF, MO • ST. CHARLES, MO 0 0 9 2 4 4 2 2 10 12 4 34 12 Horner & Shifrin I Fayetteville Dot Tipton Lift Station Elimination Project �J 4 January 2023 Page 5 Fayetteville Dot Tipton Lrft Station Elimination Plannin and Desi n Prepared By: RJM Labor Classification LABOR: McCleish James Mills an Willson Christina J not Br tt Mills Michael Yisintine Brian Task Task I- - ;155 - $1%9 $95 $116 $127 Task Na. Task Dewri AMFI M.D. Cast = ._ EP07 E_._ TES01 TES05 EP11 ET01 1................_U.pdate..project..plans $7,034.34 4 4 40 6 ............... 2 ............................................................. ......................................................... ................_Sdr Update technical specifications and hid do-cuments 12 31,`_22.3d 2 10 .............. 3................ U.pdate Dpin ion. Df probable.cost.................................................................................................................._3..........._S402.73 1 2 tD C!`............................. 1 5163.77 1 ............._4..............._Submi[..plans ............._5..............._Re�iew.comments.with._C!tY.staff.............................................................................................................._2..........._5327.54 ............................................................................................ 2 6 Submit plans tD ADH for comment 1 $163.77 1 staff $ it,t33.00 4 ..............7 ..............._Conduct.meeting.wth.Ci[y 8 s............................................................................................ ❑EJQC and ect mans ement 6x S1 221.58 2 Subtotal 87 512,019.67 2 19 4 _ 0 0 Efi fi i 111011"Mme_ FINAL PLANS �YIONS AND BID I 4W plans,.specifcations, and hid documents 19 r 52.568.05 - 2 16 .1 .Finalize tD_C!tk........................................................................................................................... 2 $283.25 ��J3 1 1 .............2 ................ 3 ❑AMC and prDject management 4 %774.56 1 Subtotal 25 $3,565.36 1 5 2 0 0 17 0 TOTAL ESTIMATE MANHOURS 349 7 76 25 z 10 207 18 TOTAL ESTIMATED LABOR COSTS $49,116.91 DESIGN EXPENSES: Total Item unit Cast Mileage:— miles $60.00 Subconsu ttant: McClelland [Geotechnical Engineering and Surveying] SAY Reproduction 8 Photocopy: — SAY Field Equipment Rental Reimbursement: — SAY Misc. Reimbu rsa ble Expenses: — SAY ESTIMATED TOTAL REIMBURSIBLE EXPENSES: MARK UP PERCENTAGE: ESTIMATED TOTAL EXPENSES: SS5,552A6 TOTAL ESTIMATED NOT -TO EXCEED COST: $54ff,3.91 HORNER�v} SHIFRIN Hourly Billing Rates by Classification Effective: 05/29/2022 AP01 PROFESSIONAL 1 $ 305 EP14 ENGR ENVIRONMENTAL ENGR $ 101 AP02 PROFESSIONAL 2 $ 174 ET01 PROF DESIGNER ENVIRONMENTAL ENGR $ 131 AP03 PROFESSIONAL 3 $ 154 ET02 DESIGNER ENVIRONMENTAL ENGR $ 104 AT04 CLERICAL 3 $ 95 ET03 DESIGNER ENVIRONMENTAL ENGR $ 90 AT06 CLERICAL 6 $ 79 ET04 CAD TECH ENVIRONMENTAL ENGR $ 82 BP01 AVP BUILDING SERVICES $ 214 ET05 CAD TECH ENVIRONMENTAL ENGR $ 76 BP02 SR PM BUILDING SERVICES $ 209 ET06 CAD TECH ENVIRONMENTAL ENGR $ 74 BP03 SR PM BUILDING SERVICES $ 203 GP01 MANAGER $ 189 BP04 SR PM BUILDING SERVICES $ 180 GP03 MANAGER $ 153 BP05 SR PM BUILDING SERVICES $ 166 GP04 MANAGER $ 142 BP07 PM BUILDING SERVICES $ 149 GT04 COORDINATOR $ 95 BP08 PE BUILDING SERVICES $ 141 IP01 AVP - GIS/IT/SURVEY $ 226 BP10 DESIGN ENGR BUILDING SERVICES $ 122 IP02 SR GIS/IT PROFESSIONAL $ 147 BP11 DESIGN ENGR BUILDING SERVICES $ 116 IT01 GIS/IT ANALYST $ 135 BP12 DESIGN ENGR BUILDING SERVICES $ 107 IT02 GIS/IT ANALYST $ 113 BP13 ENGR BUILDING SERVICES $ 97 IT03 GIS/IT ANALYST $ 109 BTM1 TECH MGR., BUILDING SERVICES $ 154 IT04 GIS ANALYST $ 105 BT01 PROF DESIGNER BUILDING SERVICES $ 138 IT05 GIS ANALYST $ 102 BT02 SR DESIGNER BUILDING SERVICES $ 113 SU01 PROFESSIONAL LAND SURVEYOR $ 158 BT03 DESIGNER BUILDING SERVICES $ 100 SU02 PROFESSIONAL LAND SURVEYOR $ 135 BT04 CAD TECH BUILDING SERVICES $ 89 SU03 SURVEY INSTRUMENT TECHNICIAN $ 116 BT05 CAD TECH BUILDING SERVICES $ 82 SU04 SURVEY INSTRUMENT TECHNICIAN $ 107 CSP01 VP CIV-SITE ENGR $ 252 SPOT VP STRUCTURAL ENGR $ 265 CSP02 AVP CIV-SITE ENGR $ 242 SP02 AVP STRUCTURAL ENGR $ 216 CSP03 ASST BUL CIV-SITE ENGR $ 221 SP03 SR PM STRUCTURAL ENGR $ 203 CSP04 SR PM CIV-SITE ENGR $ 179 SP04 SR PM STRUCTURAL ENGR $ 190 CSP05 SR PM CIV-SITE ENGR $ 168 SP05 SR PM STRUCTURAL ENGR $ 179 CSP06 PM CIV-SITE ENGR $ 158 SP06 PM STRUCTURAL ENGR $ 163 CSP07 PM CIV-SITE ENGR $ 146 SP07 PM STRUCTURAL ENGR $ 149 CSP08 SR PE CIV-SITE ENGR $ 135 SP08 SR PE STRUCTURAL ENGR $ 141 CSP09 PE CIV-SITE ENGR $ 131 SP09 PE STRUCTURAL ENGR $ 131 CSP10 DESIGN ENGR CIV-SITE ENGR $ 119 SP10 PE STRUCTURAL ENGR $ 122 CSP11 DESIGN ENGR CIV-SITE ENGR $ 113 SP11 DESIGN ENGR STRUCTURAL ENGR $ 116 CSP12 SR PE CIV-SITE ENGR $ 108 SP12 DESIGN ENGR STRUCTURAL ENGR $ 108 CSP13 ENGR CIV-SITE ENGR $ 103 SP13 ENGR STRUCTURAL ENGR $ 101 CSP14 ENGR CIV-SITE ENGR $ 98 SP14 ENGR STRUCTURAL ENGR $ 91 CSTM01 TECH MGR CIV-SITE ENGR $ 135 ST03 DESIGNER STRUCTURAL ENGR $ 106 CST01 PROF DESIGNER CIV-SITE ENGR $ 132 ST06 CAD TECH STRUCTURAL ENG $ 69 CST02 SR DESIGNER CIV-SITE ENGR $ 110 TP01 VP TRANS CIV ENGR $ 252 CST03 DESIGNER CIV-SITE ENGR $ 95 TP02 AVP TRANS CIV ENGR $ 221 CST04 CAD TECH CIV-SITE ENGR $ 74 TP03 ENGR MGR TRANS CIV ENGR $ 205 CP01 DEPT MGR CONST SVCS $ 148 TP04 SR PM TRANS CIV ENGR $ 179 CP02 PROJ ENGR CONST SVCS $ 142 TP05 SR PM TRANS CIV ENGR $ 168 CP03 PROJ ENGR CONST SVCS $ 123 TP06 PM TRANS CIV ENGR $ 158 CT01 CONST SVCS TECH 1 $ 128 TP07 PM TRANS CIV ENGR $ 147 CT02 CONST SVCS TECH 2 $ 118 TP08 SR PE TRANS CIV ENGR $ 152 CT03 CONST SVCS TECH 3 $ 105 TP09 PE TRANS CIV ENGR $ 137 CT04 CONST SVCS TECH 4 $ 99 TP10 DESIGN ENGR TRANS CIV ENGR $ 121 CT05 CONST SVCS TECH 5 $ 87 TP11 DESIGN ENGR TRANS CIV ENGR $ 116 CT06 CONST SVCS TECH 6 $ 74 TP12 DESIGN ENGR TRANS CIV ENGR $ 113 EP01 VP ENVIRONMENTAL ENGR $ 275 TP13 ENGR TRANS CIV ENGR $ 110 EP02 AVP ENVIRONMENTAL ENGR $ 216 TP14 ENGR TRANS CIV ENGR $ 105 EP03 ENGR MGR ENVIRONMENTAL ENGR $ 207 TES01 ENV SCIENTIST TRANS CIV ENGR $ 189 EP04 SR PM ENVIRONMENTAL ENGR $ 196 TES02 ENV SCIENTIST TRANS CIV ENGR $ 168 EP05 SR PM ENVIRONMENTAL ENGR $ 180 TES03 ENV SCIENTIST TRANS CIV ENGR $ 142 EP06 PM ENVIRONMENTAL ENGR $ 175 TES04 ENV SCIENTIST TRANS CIV ENGR $ 121 EP07 PM ENVIRONMENTAL ENGR $ 164 TES05 ENV SCIENTIST TRANS CIV ENGR $ 95 EP08 SR PE ENVIRONMENTAL ENGR $ 143 TTM1 TECH MGR TRANS CIV ENGR $ 126 EP09 PE ENVIRONMENTAL ENGR $ 130 TT01 PROF DESIGNER TRANS CIV ENGR $ 116 EP10 PE ENVIRONMENTAL ENGR $ 125 TT02 SR DESIGNER TRANS CIV ENGR $ 104 EP11 DESIGN ENGR ENVIRONMENTAL ENGR $ 119 TT03 DESIGNER TRANS CIV ENGR $ 92 EP12 DESIGN ENGR ENVIRONMENTAL ENGR $ 110 TT04 CAD TECH TRANS CIV ENGR $ 70 EP13 ENGINEER ENVIRONMENTAL ENGR $ 105 2022E Horner&Shifrin, INC-Change Order No. 1 City of Fayetteville Staff Review Form 2024-0154 Item ID ARCHIVED N/A City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Tim Nyander 3/7/2024 WATER SEWER (720) Submitted By Submitted Date Division/Department Action Recommendation: Staff recommends approval of Change Order No. 1 to the engineering services contract with Horner&Shifrin, Inc. which will increase the contract amount by$2,800.00. Budget Impact: 5400.720.5700-5314.00 Water and Sewer Account Number Fund 02017.1 Sanitary Sewer Rehabilitation Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 4,745,946.00 Expenses (Actual+Encum) $ 1,010,851.30 Available Budget 5 3,735,094.70 Does item have a direct cost? Yes Item Cost $ 2,800.00 Is a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget I 3,732,294.70 V20221130 Purchase Order Number: 2023-209 Previous Ordinance or Resolution# 29-23 Change Order Number: 1 Approval Date: 03/13/2024 Original Contract Number: 2023-12 Comments: RFQ 22-01,Selection#7 CITY OF FAYETTEVILLE STAFF MEMO tip ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander. Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: March 7, 2024 SUBJECT: Approval of Change Order No. 1 to the engineering services contract with Horner & Shifrin for additional survey work RECOMMENDATION: Staff recommends approval of Change Order 1 to the engineering services contract with Horner and Shifrin. Inc. which will increase the contract amount by $2,800.00. BACKGROUND: In February 2023, the City Council approved a contract with Horner & Shifrin for engineering design of gravity sewer improvements necessary to eliminate the Dot Tipton sewer lift station (Resolution 29-23). The engineering contract included a $10.000.00 contingency approved with the resolution. DISCUSSION: As the design progressed, land development interest increased in the vicinity of the planned improvements. After discussions with the developer, the City is amenable to adjustments in the sewer alignment to help accommodate the developer's plans. Change Order No. 1 will access $2,800.00 of the engineering contingency funds to perform additional survey in this adjusted corridor. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $10,000.00. Attachments: Change Order 1 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER NO. 1 Owner: City of Fayetteville Owner's Project No.: 2022-318 Engineer: Horner& Shifrin Engineer's Project No.: 2306200 Subconsultant: McClelland Contractor's Project No.: 23-3852 Project: Dot Tipton Lift Station Elimination Date Issued: 2-7-2023 Effective Date of Change Order: 2-26-24 The Contract is modified as follows upon execution of this Change Order: Description: Alignment of gravity sewer main has changed due to a request from the property owner.Additional funds are needed to complete survey work on the new alignment. Attachments: Change order request 23-3852-CO1 from McClelland Consulting Engineers Change in Contract Price Original Contract Price: $ 84,668.91 Increase from previously approved Change Orders $ 0 Contract Price prior to this Change Order: $ 84,668.91 Increase this Change Order: $ 2,800.00 Contract Price incorporating this Change Order: $ 87,468.91 Recommended by Engineer Authorized by Owner 7 /7 By: Ryan Mills :...A Corey Granderson Title: Project Manager Utilities Engineer, City of Fayetteville Date: 2-26-24 2-27-2024 Accepted By: Lioneld Jordan `- Title: Ma or Cit of Fa etteville Date: 03/13/2024 McCLELLAND 1580 E. Steams Street Fayetteville,Arkansas 72703 CONSULTING (479)443.2377 DESIGNED TO SERVE ENGINEERS, INC. mce.us.com February 9, 2024 HORNERGSHIFRIN 3604 NW Frontage Road, Suite 6F Bentonville, Arkansas 72712 ATTN: Mr. Ryan Mills, P.E. Project Manager-Water RE: Fayetteville Dot Tipton Lift Station Project Request for Change Order#1 for Additional Survey Services Fayetteville. Arkansas MCE Reference Number: 23-3852-001 Dear Mr. Mills: Please allow this document to serve as a formal request Change Order to our current Professional Engineering Services Agreement for the Fayetteville Dot Tipton Lift Station Project(Services Agreement), dated May 3rd, 2023. Specifically, this Change Order is relevant to additional surveying services on properties between Dot Tipton Lift Station and West Sellers Road, Washington County, Arkansas. We understand that these additional surveying services are being requested by Mr. Ryan Mills, P.E.with Homer& Shifrin, Inc. The proposed mapping route is shown on the attached EXHIBIT A pdf. The topographic mapping will consist of a 50-foot wide centered on the east west red line route and 50 feet along to the east of the north south red line route. The mapping will extend to the existing sanitary sewer line approximately 125 feet north of Wayne Sellers Road. The original Services Agreement outlined the scope elements and a not-to-exceed without approval fee of $25,340.00. These additional surveying services as briefly described in this Change Order Request, 23- 385-CO1, would incur an increase of$2,800.00 to the not-to-exceed without approval budget for the surveying services task of the Services Agreement.Therefore, authorization of these additional services would amend the Survey Services total budget to$28,140.00. We greatly appreciate your consideration of this Change Order Request document for our services on the project. Please contact us with any questions or concerns that you might have regarding the information contained in this proposal. Respectfully Submitted, McClelland Consulting Engineers, Inc. Cody L.Traywick, P.G. Paul Walla Associate I Geotechnical Supervisor I Project Manager Survey Department Supervisor Enclosure: EXHIBIT A McClelland Consulting Engineers,Inc.—"Best Engineering Firm"Arkansas Business 2023 New Gravity Sewer Main—Fayetteville,Arkansas February 9,2024 MCE24-158—Geotechnical Investigation&Survey Proposal McClelland Consulting Engineers, Inc., is authorized for the additional fees requested by this Change Order Request document, consisting of two (2) pages with MCE Reference Number 23-3852-CO1. Signature Title Date McClelland Consulting Engineers,Inc.—'Best Engineering Firm"Arkansas Business 2023 Page 12 EXHIBIT A 41 Dot Tipton LS I ; 1 1.mr-i* ksk" • - • i