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.