Loading...
HomeMy WebLinkAbout07-78 RESOLUTIONRESOLUTION NO. -7-'7t A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN ENGINEERING CONTRACT WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR THE CONSTRUCTION OF IMPROVEMENTS TO DRAKE FIELD. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized to execute an engineering contract with McClelland Consulting Engineers, Inc. for the construction of improvements at Drake Field. A copy of said contract, marked Exhibit "A", is attached hereto and made a part hereof. PASSED AND APPROVED THIS % DAY OF FEBRUARY, 1978. r . v4� s >• It _ 9 . tr4 C -t% 7;:'. CITY CLERK APPROVED: MAYOR MICROFILMED DATEROFOCT 2 .0 1974 REEL kL wiplam WITNESSETH: That for and in consideration of the mutual covenants and agree- ments between the parties hereto, it hereby agreed: SECTION A - ENGINEERING SERVICES That the ENGINEER shall furnish basic engineering services as follows: 1. The ENGINEER will prepare and submit all documents necessary to the Federal Aviation Administration for its consideration of Federal participation in the cost of the project. 2 The ENGINEER will conduct preliminary investigations and testing as follows: In order to accomplish Item 3, above, the ENGINEER, through his laboratory facilities, will perform tests on the soils from the site. Pavement design will be accomplished on the basis of soil characteristics determined. 3. The ENGINEER will prepare detailed plans, specifications and cost estimates showing break -down of FAA participation and local share. 4. The ENGINEER will attend conferences with the OWNER and other interested parties, and will coordinate his work with that of the architect designing the terminal building. -2- • 5. Prior to the advertisement for bids, the ENGINEER will provide no more than ten (10) copies of detailed plans, specifications, and contract documents for approval and use by the OWNER and the Federal Aviation Administration. The cost of no more than ten (10) copies of such plans, specifications, and contract documents shall be included in the basic sets will be ($25.00) per compensation paid to the ENGINEER. Additional furnished at a cost of set, in the event they twenty-five dollars are requested. 6. The ENGINEER will furnish additional copies of plans, specifications and contract documents as required by prospective bidders, material suppliers, and other interested parties, but may charge for the actual cost of such copies. Original documents, tracings, and the like, except those previously owned by the ENGINEER, are and shall remain the property of the OWNER. 7. The plans prepared by the ENGINEER under the provisions of Section A 3 above shall be in sufficient detail to permit the actual location of the proposed improvements on the ground, and shall be sufficient for the bidders to formulate intelligent bids and for construction of every detail of the project. 8. The ENGINEER will attend the bid opening and tabulate the bid proposals, make an analysis of the bids, and make recommendations for awarding contracts for con- struction. • • \IMO EL 9. The ENGINEER,will check and approve any necessary shop and working drawings furnished by contractors. 10. The ENGINEER will interpret the intent of the plans and specifications to protect the OWNER against defects and deficiencies in construction on the part of the contractors. The ENGINEER will not, however, guarantee the performance by any contractor. 11. The ENGINEER will provide horizontal and vertical control for all structures in the form of bench marks or reference points to be used by the contractor in performing the construction. 12. The ENGINEER will provide general construction observation of the work of the contractors as construction progresses. In order to maintain control during the construction phase, the ENGINEER will perform such laboratory and field-tests as deemed necessary. The extent of such testing will be determined by conference with the OWNER and/or representatives of the Federal Aviation Administration. 13. The ENGINEER will review and approve estimates for progress and final payments. 14. The ENGINEER will make final review of all construction and a written certification of same to the OWNER. 15. The ENGINEER will provide the OWNER and the Federal Aviation Administration with three (3) sets and two (2) -4- • sets respectively, of "AS -BUILT" prints at no additional cost to the OWNER. A reproducible, updated airport plan and six (6) copies thereof will be furnished to the Federal Aviation Administration. Two (2) copies of said plan will be furnished at no additionalcost to the OWNER. 16. The ENGINEER will be available to furnish engineering service and consultations necessary to correct all unforeseen project operating difficulties for a period of one year after the date of final inspection and acceptance of the facility by the OWNER. 17. At the discretion of the OWNER and/or the Federal Aviation Administration, the ENGINEER will perform resident observation of all phases of construction to assure compliance with the intent of the plans and specifications. The performance hereunder will be in addition to general observation of construction described in Section A, Paragraph 12, above. 18. The ENGINEER further agrees to obtain and maintain at the ENGINEER'S expense, such insurance as will protect him and the OWNER from claims under the Workman's Compen- sation Act and from all claims for bodily injury, death, or property damage which may arise from the negligent performance by the ENGINEER or by the ENGINEER'S employees, of the ENGINEER'S functions and services required under this Agreement, such insurance being that -5- normally covered by General Liability and Public Liability/Property Damage insurance. 19. The ENGINEER will commence the work within ten (10) days from execution of this contract and its approval by the Federal Aviation Administration, and will have Plans and Specifications completed, ready for advertising and receiving bids within ninety (90) calendar days therefrom. SECTION B - COMPENSATION FOR ENGINEERING SERVICES That the OWNER shall compensate the ENGINEER for engineering services based upon the following schedule: DETAILED PLANNING & DESIGN: For all services described in Section A, Paragraphs 1 through 8, except those services pertaining to soil investigation, the sum of Thirty eight thousand five hundred dollars ($38,500.00). For soil investigation, described in Section A, Paragraph 2, the following schedule shall apply for test work actually needed and performed: 1. Vertical drilling 2. Sampling during drilling 3. Unconfined compression testing 4. Modified Proctor curves 5. Atterburg Limit determinations 6. Sieve analysis 7. Hydrometer Tests 8. Unified soil classification 9. Lime Treatability Determinations $ 5.50 $ 5.00 $25.00 $60.00 $30.00 $ 5.00 $75.00 $60.00 $85.00 per foot each per sample per curve each per sieve each each each Compensation for soil investigations will be payable upon completion of all soil testing and analysis. Compensation for the remainder of services contained in Section A, Paragraphs 1 through 8 will be due and payable upon completion of the detailed plans and specifications, approval of same by the OWNER and the Federal Aviation Administration, and after bids have been received for construction. GENERAL & RESIDENT CONSTRUCTION OBSERVATION: For the performance of services in Section A, Paragraphs 9 through 16, except con- struction control testing in the field and laboratory, the sum of Six thousand seven hundred fifty dollars ($6,750.00). For field and laboratory controls of soil, concrete and asphalt work during the construction phase, the following schedule will apply: 1. Modified Proctor curves, soils and base material, including sampling, per curve $60.00 2. Field Density determinations, subgrade, base and asphalt, per test (min. of 3 per trip) $13.50 3. Concrete compressive testing, per cylinder 4. Marshall stability determinations, asphalt, $ 8.50 per test $35.00 -7- • • 5. Asphalt content determinations, per test $18.00 It is hereby agreed that the costs for all tests which fail to meet the construction specification requirements shall be borne by the contractor, and the construction specifications will so state. For the performance of resident observation of the construction work, Section A, Paragraph 17, the sum of Thirteen thousand two hundred fifty dollars ($13,250.00). Compensation for services performed under Section A, Paragraphs 9 through 16, shall be due and payable in monthly installments, based upon the monthly estimate prepared to pay the construction contractors, the final incremental amount to be payable upon completion and final acceptance of the construction work. Compensation for field and laboratory construction control testing shall be due and payable on a monthly basis, after sub- mission of reports of testing performed during each month. Compensation for resident observation of construction work, Section A, Paragraph 17, shall be due and payable in monthly installments construction payable upon work. based upon the monthly estimate prepared to pay the contractors, the final incremental amount to be completion and final acceptance of the construction OVERTIME ENGINEERING: The construction contract will contain a completion time'expressed in calendar days. Should the construction -8- • • require additional time and result in a requirement for additional services; payment for these services shall be made in accordance with the methods and schedules given in Section C. SECTION C - ADDITIONAL ENGINEERING SERVICES The OWNER may wish to increase the engineering services herein to include those needed for additional construction work, additional surveys, legal descriptions, overtime engineering, or any services not specifically included in the scope of this contract. In such event, it is mutually agreed that compensation for such services shall be determined by the following hourly schedule: FIELD PERSONNEL: Three-man party (Surveying) Two-man party ENGINEERING: Principal or Officer of Firm Project Engineer Engineering Aide/Inspector $33.00/hour $23.00/hour $35.00/hour $30.00/hour $20.00/hour DRAFTSMAN: $12.00/hour OFFICE PERSONNEL: Secretarial/Clerical $10.00/hour SECTION D - ENGINEERING FEE CATEGORIES Engineering services described herein above encompass all work to be performed, and fees delineated represent total fees for for services described. The total project is made up of increments -9- • .may • . • b • according to federal participation and project identification applying thereto. It is herebyagreed that engineering fees shall be allocated as shown on Appendix B, attached hereto and made a part of this contract. SECTION E - TERMINATION In the event the ENGINEER, due to causes beyond his control, shall become unable to complete the contract provisions herein, the OWNER, after receipt of written notification from the ENGINEER, may void the contract and employ another engineer to complete the work. In such event, all notes, calculations, drawings, specifications and all other data developed and accumulated by the ENGINEER pertaining to the work hereunder shall be released to the OWNER for the OWNER'S disposition. Compensation due the ENGINEER will be determined by unit prices established in Section C, hereunder. In the event the ENGINEER shall breach the contract hereunder, shall fail to perform the delineated tasks hereunder, .or shall not perform the contract in a manner suitable to the OWNER, the OWNER may terminate this contract by written notice, effective at the time of receipt of notice by the ENGINEER. In such event, all notes, calculations, drawings, specifications and all other data developed and accumulated by the ENGINEER pertaining to the work hereunder shall be released to the OWNER for the OWNER's disposition. Compensation due to the ENGINEER under any one of the circumstances stated will be determined by the unit prices -10- established in Section C, hereunder, with the added provision that such compensation shall not exceed the arithmetic difference between the contract price hereunder and the total monies actually to be paid another engineer who has been employed to complete the work. It is expressly agreed that the basis for this contract lies in the mutual confidence existing between the OWNER and the ENGINEER. Therefore, it is the intent that this contract shall be continued and consummated by the parties hereto. The termination paragraphs herein are provided in the unlikely event such described conditions should occur. SECTION F - ACCESS TO RECORDS It is further agreed that the OWNER, the Federal Aviation Administration, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers and records of the ENGINEER which are directly pertinent to the work hereunder, for the purpose of making audit, examination, excerpts and/or transcriptions. SECTION G - ACKNOWLEDGEMENTS In executing this contract the ENGINEER acknowledges that he has visited the site of the work, that he is familiar with conditions and characteristics of the site, and that he fully understands the nature, extent and character of the project and the time limitations placed thereupon. He further states that he has discussed the proposed work with the representative of the OWNER. -12- This AGREEMENT shall inure to the benefits of and be binding upon legal representative and successors of the parties respec- tively and shall become effective upon execution. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this AGREEMENT in duplicate on the date heretofore stated. I v n,,,, (.SEAL)! <. E ;ATTEST• Typeo,Name Darlene Title City Clerk . ;.,1 . r !', • ,(SEAL) d? ':-.41, ATT,EST't (' .) '. 'Y, .By -y ,.' '11 '%latattac. Q, bh ea eavd, Type Name Maurice A. McClelland Title Sec'y - Treas. -14- OWNER: CITY OF FAYETTEVILLE By Type Name Ernest Lancaster Title Mayor ENGINEER: McCLELLAND CONSULTING ENGINEERS, INC. By pe Name J. E. McClelland Title President The ENGINEER hereby states that he has and will comply with the requirements specified in Title IV of the Civil Rights Act of 1964 and in CFR Part. 7. The ENGINEER hereby states that he has performed planning and design engineering on previous airport projects, as well as other projects of a similar nature, that through his laboratory facilities, he has previously performed pertinent work on other airport projects, as well as other projects of a similar nature, and that he has the staff and capabilities to perform the work described herein, in a professional and timely manner. The ENGINEER hereby acknowledges the requirement for execution of a cerfitication pertaining to his employment to provide services hereunder, has signed such certificate, and same is appended and becomes a part of this contract. (Appendix A). The ENGINEER further acknowledges that he is not to perform any work hereunder until the OWNER has executed the Grant Offer from the Federal Aviation Administration. -13- tr APPENDIX A TO AGREEMENT FOR ENGINEERING SERVICES Airport Development Aid Project Numbers 6-05-0020-06 & 6-05-0020-08 State of Arkansas CERTIFICATION OF ENGINEER I hereby certify that I am the President and duly authorized representative of the firm of McClelland Consulting Engineers, Inc., whose address is 1810 North College Avenue, Fayetteville, Arkansas, and that neither I nor the above firm I here represent has: a. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this contract, b. agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the contract, or c. paid or agreed to pay to any firm, organization, or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract. I acknowledge that this certificate is to be furnished to the Federal Aviation Administration of the United States' Department of Transportation, in connection with this contract involving participation of Airport Development Aid Program (ADAP) funds and is subject to applicable state and federal laws, both criminal and civil. c2 7— , 1978 E. McClelland, P.E. 1 1 1 1 1 1 GENERAL CONSTRUCTION 1 1 1 1 1 CONTRACT SPECIFICATIONS `rER'?I'ihI. RITILDI!Tf FAYETTE.VILLE t9TNIC:PAL AIRPORT • FAYETTEVILLL', ARKANSAS 72701 MICROFILMED DATE APR 1 1 tgm REEL 1 R FAA PROJECT NO. ADAP 6-05-0020-06 & 07 PIAN NO. .117313 1 PAUL YOUNG & ASSOCIA'T'ES ARCHITECTS 19 East Dickson Street Fayetteville, Arkansas 72701 GENERAL CONSTRUCTION. CONTRACT SPECIFICATIONS TERMINAL BUILDING FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS'72701 FAA PROJECT NO, ADAP 670570020-06 & 07 PLAN NO. 11738 March 1978 PAUL YOUNG & ASSOCIATES ARCHITECTS 19 East Dickson Street Fayetteville, Arkansas 72701 SECTION INDEX SUBJECT PAGE NO4 Advertisement For Bids Proposal Form Certification of Bidder Regarding Equal Employment Opportunity Instructions to Bidders General Conditions Supplementary General Conditions 1 Site Preparation 1 - 6 2 Building Excavation 1 - 3 3 Foundation and Concrete Work 1 - 11 3A Lightweight Concrete 1 - 3 4 Masonry Units 1 - 2 5 Native Field Stone Work 1 - 3 6 Structural Steel, Steel Joists & Steel Roof Deck 1 - 6 7 Ornamental & Miscellaneous Metal Work 1 - 2 8 Roofing and Sheet Metal 1 - 6 9 Waterproofing, Caulking & Perimeter Insulation 1 - 4 10 Carpentry & Millwork 1 - 6 11 Furring, Lathing, Plastering & Stucco 1 - 6 12 Aluminum Entrances 1 - 6 13 Curtainwall System 1 - 4 14 Rolling & Vertical Sliding Steel Doors & Rolling Aluminum Grille 1 - 3 15 Hollow Metal Doors and Frames 1 - 3 16 Steel Framing, Sheetrock & Textone Gypsum Panels 1 - 4 • INDEX (Continued) SECTION SUBJECT PAGE NO, 17.. Finish Hardware 1 - 4 18 ' Glass Specifications 1 - 5 19 Acoustical Tile Ceilings 1 - 5 20 Building Specialties 1 - 5 21 Resilient Floor Covering, Base and Carpet 1 - 6 22 Quarry & Ceramic Tile and Marble 1 - 6 23 Painting Specifications 1 - 6 24 Exposed Aggregate Concrete Sidewalks & Surfaces 1 - 4 • 25 General Provisions Applicable to Mechanical and Electrical 26 Plumbing 27 . Heating, Ventilation & Air -Conditioning 28 .:; Electrical ADVERTISEMENT FOR BIDS Board of Directors' Fayetteville, Arkansas Sealed bids for the construction of a Terminal Building for the Fayetteville Municipal Airport located at Fayetteville, Arkansas, will be received at the office of Mr. Donald L. Grimes, City Manager, City Administratiojt Buil ing,a etteville, Arkansas, until 2:00 p.m., local time J44/. jr , and then at said office publicly opened ilia -lead a bud. The work includes General Construction, Mechanical Work and Electrical Work, all to be let under one prime contract. A cashier's check, certified check, or acceptable bidder's bond payable to the Owner in an amount not less than 5% of the largest possible total for the bid submitted including the con- sideration of additive altczYtates, must accompany each bid as. a guarantee that, if awarded the contract, the bidder will promptly enter into a contract and execute such bonds as may be required. Copies of drawings, specifications and other proposed con- tract documents are on file and are open for inspection.at the following places: Office of Paul Young & Associates, Architects, 19 East Dickson Street, Fayetteville, Arkansas, 72701, and F. W. Dodge Plan Room, Suite 102, 1100 North University, Little Rock, Arkansas, 72205, and Construction News Plan Room,715 Second Street, Little Rock, Arkansas, 72201, and Office of City Manager, City Administration Building, Fayetteville, Arkansas, 72701. Prime Contractors may obtain up to three (3) sets of such documents from the Architects of the above address, upon deposit of $100.00 per set as a guarantee for the safe return of the documents, the full amount of which will be repaid to bidders submitting bona fide prime bids upon the return of the documents in good condition to the Architect within ten days after receipt of bids. Additional sets of drawings and specifications may be obtained for use of subcontractors or material suppliers, upon deposit of $100.00 per set. Upon return of the complete bid documents in good condition within seven days after the bid opening, the deposit will be refunded, less the actual cost of printing of drawings, specifications and addenda. In accordance with the provisions of Act 183 of 1957, as enacted by the General Assembly for the State of Arkansas, bidders are required to list the names and state license numbers of proposed separate subcontractors for the above -listed types of work in a separate, sealed envelope to be opened only in the event of substitution for a subcontractor. All bidders shall conform to the requirements of the Arkansas State Licensing Law for Contractors set forth in Act 150 of the 1965 General Assembly, as amended. Attention is called: to the labor standards and wage provisions set forth in the specifications. Required Notices for Contracts over $10,000. The regulations and orders of the Secretary of Labor, OFCC and FAR 152.61 require that the sponsor, or his contractor(s) include in invitations. for bids ornegotiations for contracts over $10,000 the following notices: (1) The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause, and (2) The Bidder (Proposer) must supply all the information required by the hid or proposal form. (3) The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to. award of the contract, and to notify prospective subcontractors of the requirement for such a Certi- fication where the subcontract exceeds $10,000. Samples of the Certification and the Notice to Sub- contractors appear in the specifications. (4) Women will he afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. Contracts in Excess of $50,000. In the invitation for bids relating: to contracts of $50,000 or more, the sponsor shall give notice that a contractor having 50 or more employees and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more will be required to maintain,. an affirmative action program within 120 days of the commencement of the contract. Additional Notices for $1 Million Contracts. For each contract' which may result in a hid of $1 million or more, the invitation for bids shall also include the following notices: (1) Preaward Equal Opportunity Compliance Reviews. Where the bid of the apparent low responsible bidder is in the amount of $1 million or more, the bidder and his known all-tier subcontractors which will he awarded subcon- tracts of $1 million or more, will be eubjeat to full, on-site, preaward equal opportunity compliance reviews before the award of the contract for the purpose of determining whether the bidder and his subcontractors are able to comply with the provisions of the equal opportunity clause.