HomeMy WebLinkAbout91-79 RESOLUTION•
•
•
RESOLUTION N0. q (-71
•
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE AN ENGINEERING CONTRACT WITH MCCLELLAND CONSULTING
ENGINEERS FOR A SEWER LINE EXTENSION IN THE FAYETTEVILLE
INDUSTRIAL PARK.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY
OF FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized
and directed to execute an engineering contract with
McClelland Consulting Engineers for a sewer line extension
in the Fayetteville Industrial Park. A copy of the contract
authorized for execution hereby is attached hereto marked
Exhibit A and made a part hereof. ��--��
PASSED AND APPROVED this day of (126t51601....
1979.
APPROVED:
MAYOR
ATTEST
CV
neetta
CITY- ERK!
sT.S�'
MICROFILMFA
DATE 7 1980
REEL —
& 9/-79
FAYETTEVILLE, ARKANSAS
CITY ENGINEER'S OFFICE
P.O. DRAWER F
mol 1501)521-7700
TO: City Board of Directors
FROM: Donald R. Bunn - City Engineer
SUBJECT: Engineering Contract, McClelland Engineers
Sewer Service to Amtane Property,Lot 16C
DATE: September 26, 1979
Attached is a proposed engineering contract with McClelland
Engineering, Inc. for preparation of Plans and Specifications
in connection with sewer service to Amtane Company and the balance
of Lot 16 in the Industrial Park.
Attached also is a plot indicating the route of the sewer and
the area it will serve. The estimated cost of the sewer line
is $ 10,000.00 which includes engineering.
The contract calls for a lump sum figure of $ 1,100.00 for::.
preparation of Plans and Specifications and $ 400.00 for Inspection
during construction.
I recommend approval of the contract.
AGREEMENT FOR ENGINEERING SERVICES
THIS AGREEMENT, made this
day of
1979, by and between CITY OF FAYETTEVILLE, ARKANSAS, hereinafter
referred to as the OWNER, and McCLELLAND CONSULTING ENGINEERS, INC.,
Fayetteville, Arkansas, hereinafter referred to as the ENGINEER:
The OWNER desires to provide certain sewer improvements to the
Fayetteville Industrial Park, situated in the City of Fayetteville,
State of Arkansas, and the ENGINEER agrees to perform the profes-
sional engineering services required for same. Specifically, the
work will consist of engineering services and coordination to accom-
plish the following:.
Construction of sewer line extensions into Lot 16
of the Fayetteville Industrial Park.
WITNESSETH:
That for and in consideration of the mutual covenants and
agreements between the parties hereto, it is hereby agreed:
SECTION A - ENGINEERING SERVICES
That the ENGINEER shall furnish basic engineering services as
follows:
The ENGINEER will conduct necessary field surveys to
obtain basic data for the design of all improvements
and an investigation of existing utility locations.
1
•
•
2 The ENGINEER will prepare detailed plans, specifications
and cost estimates for the improvements required, and sub-
mit same to the OWNER for approval.
3. The ENGINEER will attend conferences with the OWNER and
other interested parties.
4 Prior to the advertisement for bids, the ENGINEER will
provide no more than three (3) copies of the. detailed
plans, specifications, and contract documents for approval
and use by the OWNER. The cost of such plans, specifi-
cations, and contract documents shall be included in the
basic compensation paid to the ENGINEER.
5. 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 OWNER, are
and shall remain the property of the ENGINEER.
6. The plans prepared by the ENGINEER 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 con-
struction of every detail of the project. '
•
•
•
7 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 construction.
8 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 contrac-
tors. The ENGINEER will not, however, guarantee the per-
formance by any contractor.
9. The ENGINEER will check and approve any -necessary shop
and work drawings furnished by contractors.
10. The ENGINEER will provide horizontal and vertical control
for all improvements in the form of bench marks or re-
ference points to be used by the contractor in perform-
ing the construction.
11. The ENGINEER will provide general construction observa-
tion of the work of the contractors as construction pro-
gresses. In order to maintain control during the construc-
tion phase, the ENGINEER will perform such laboratory and
field tests as deemed necessary. The extent of such test-
ing will be determined by conference with the OWNER.
12. The ENGINEER will review and approve estimates for progress
and final payments.
3
•
•
13. The ENGINEER will make final review of all construction
and a written certification of same to the OWNER.
14. The ENGINEER will provide the OWNER with two (2) sets
of "AS -BUILT" prints at no additional cost to the OWNER.
15. 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 Workmen's Compensation 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 normally covered by General Liability
and Public Liability/Property Damage insurance.
16. The ENGINEER will commence the work within five (5) days
from the execution of this contract and its approval by
the OWNER and will have Plans and Specifications completed,
ready for advertising and receiving bids within thirty (30)
calendar days therefrom.
SECTION B - COMPENSATION FOR ENGINEERING SERVICES
That the OWNER shall compensate the ENGINEER for engineering
services based upon the following schedule:
4
•
•
DETAILED PLANNING AND DESIGN: For all services described in Section
A, Paragraphs 1 through 7, the sum of One Thousand, One .Hundred Dollars
41,100.00).
Compensation for services contained in •Section A, Paragraphs
1 through 7 will be due and payable upon completion of the detailed
plans and specifications, approval of same by the OWNER, and after
bids have been received for construction.
GENERAL AND RESIDENT CONSTRUCTION OBSERVATION. For the performance
of services in Section A, Paragraphs 8 through 14, except construc-
tion control testing in the field and laboratory, the sum of Four
Hundred Dollars ($400.00). For field and laboratory controls of
soil and concrete work during the corstruction,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 $ 10.50
3. Concrete compressive testing, per cy-
linder $ 8.50
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.
5
Compensation for services performed underSection A, Paragraphs
8 through 14, shall be due and payable in monthly installments, based
upon the monthly estimate prepared to pay the construction
the final incremental amount to be payable uponcompletion
acceptance of the construction work.
Compensation for field and
ing shall be due and payable on
laboratory
contractors,
and final
construction control
test-
a monthly basis, after submission of
reports of testing performed during each month.
OVERTIME ENGINEERING: The construction contract will contain a com-
pletion time expressed in calendar days. Should the construction
require additional time and result in a requirement for additional
engineering 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:
PERSONNEL:
Three-man party (Surveying) $ 40.00/hour
Two-man party $ 32.00/hour
6
•
• •
•
ENGINEERING:
Principal or Officer of Firm
Project Engineer
Engineering Aide
DRAFTSMAN:
TECHNICIAN:
OFFICE PERSONNEL:
Secretarial/Clerical
SECTION D - TERMINATION
$ 40.00/hour
$ 35.00/hour
$ 25.00/hour
$ 12.00/hour
$ 12.00/hour
$ 12.00/hour
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, specifi-
cations 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 de-
termined 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 bywritten notice, effective at the time
of receipt of notice by the ENGINEER. In such event, all notes,
7
•
•
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. Com-
pensation due to the ENGINEER under any one of the circumstances
stated will be determined by the unit prices, 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.
8
This AGREEMENT shall inure to the benefits of and be binding
upon the legal representatives and successors of the parties
respectively and shall become effective upon execution.
IN WITNESS WHEREOF, the parties hereto have executed, or
caused to be executed by their duly authorized official, this
AGREEMENT in duplicate on the date heretofore stated.
C-
EAL+tom
A
ij T.TEST :
By
Type Name Angola
Title City Clerk
(SEAL)
R_ Medlsck
OWNER:
B(Fir
Type Name David R. Malone
Title Mayor
ATTEST: ENGINEER:
Type Name
Maurice A. McClelland
Title Secretary
9
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIFICATIONS
FOR
SEWER IMPROVEMENTS
FAYETTEVILLE INDUSTRIAL PARK
Fayetteville, Arkansas
Project No. 79-169
October, 1979
Prepared by:
McCLELLAND CONSULTING ENGINEERS, INC.
1810 N. College Avenue
Fayetteville, Arkansas
M CLELLAND CONSULTING ENGINEERS , INC
TABLE OF CONTENTS
SECTION PAGE
Notice to Contractors 1-2
Instructions to Bidders 1-8
State Wage Determination 1-4
Proposal 1-3
Contract 1-2
Performance and Payment Bond 1-2
General Provisions 1-12
General Specifications
Concrete 1-4
Pipe and Pipe Fittings 1-5
Water and Sewer Pipe Laying 1-19
Detailed Specifications 1-7
McCLELLAND CONSULTING ENGINEERS , INC
NOTICE TO CONTRACTORS
M CLELLAND CONSULTING ENGINEERS , INC
•
NOTICE TO CONTRACTORS
Notice is hereby given that the City of Fayetteville, Fayetteville,
Arkansas, hereinafter called the Owner, will receive sealed bids at the
Board of Directors Room, City Administration Building, Fayetteville,
Arkansas, until 10:00 am on the 26th day of October , 1979
for the furnishing of all tools, labor, and materials, and performing the
necessary work to be done in constructing sewer improvements at Fayetteville
Industrial Park, Fayetteville, Arkansas.
The location of the work is set out in the Plans and Specifications
on file in the office of McClelland Consulting Engineers, Inc.,
Fayetteville, Arkansas. Work to be performed includes 812 linear feet
of sewer line construction and necessary appurtenances.
All necessary work, materials, and every item of construction shall
be in accordance with the Plans and Specifications as prepared by the
Engineer. Copies of the documents may be had from the officeof the
Engineer upon the payment of the sum of fifteen ($15.00) dollars
said payment not being refundable. Pertinent information and the Detailed
Specifications will be furnished to suppliers at cost of reproduction.
The Contractors shall make such inspection and studies of the site
of the work as to thoroughly familiarize themselves with all conditions
to be encountered.
•
Each bid must be accompanied by a surety bond in the amount equal
to five percent (5%) of the whole bid, said bond to be issued by a surety
company licensed to do business in the State of Arkansas, said bond to
be retained as liquidated damages in case successful bidder fails, neglects
or refuses to enter into the contract for the construction of said works,
and furnish the necessary bonds within ten (10) days from and after the
date the award is made.
The successful bidder will be required to furnish a performance and
payment bond, in favor of the Owner, in an amount equal to one hundred
percent (100%) of the contract amount, at the time of the award of the
particular contract section.
The Owner reserves the right to reject any and all bids, and to
waive any formalities deemed to be in its best interest.
The attention of all bidders is called to the fact that they must be
licensed under the terms of Act 150 of the 1965 Acts of the Arkansas
Legislature, as amended.
Notice to Contractors - 1
McCLELLAND CONSULTING ENGINEERS , INC
Attention is called to the fact that not less than the minimum
salaries and wages as set forth in the Contract Documents must be paid
on this project.
The proposed contract is under and subject to Executive Order 11246
of September 24, 1965, and to the Equal Opportunity Clause contained in
the specifications.
Neither contractor nor subcontractor shall exclude from partici-
pation in, deny the benefits of, or subject to discrimination under any
program or activity, any person in the U.S. on the grounds of race, color,
national origin or sex, nor discriminate on the basis of age under the
Age Discrimination Act of 1975, or with respect to an otherwise qualified
handicapped individual as provided in Section 504 of the Rehabilitation
Act of 1973, or religion except that any exemption from such prohibition
against discrimination on the basis of religion as provided in the Civil
Rights Act of 1964, or Title VIII of the Act of April 11, 1968, shall
also apply.
Dated the 5th day of October
•
, 1979.
Sturman Mackey
Purchasing Agent
City of Fayetteville
Notice to Contractors - 2
McCLELLAND CONSULTING ENGINEERS , INC
INSTRUCTIONS TO BIDDERS
McCLELLAND CONSULTING ENGINEERS , INC,
INSTRUCTIONS TO BIDDERS
1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the
plans, profiles, specifications and estimates of the Engineer on file
in the office of the official as set out in the "Notice to Contractors,"
shall constitute all of the information which the Owner shall furnish.
No other information given, or sendings made by the Owner or any official
thereof, prior to the execution of said contract, shall ever become a
part of, or change the contract, plans, profiles, specifications and
estimates, or be binding to the Owner. But bidders are required, prior
to submitting any bid, to read carefully the specifications, contract
and bonds, to examine carefully all plans, profiles, and estimates on file
with the official as set out in the "Notice to Contractors," to visit
the site of the work to examine carefully local conditions, to inform
themselves by their independent research and soundings of the difficulties
to be encountered, and to judge for themselves the accessibility of
the work and the quantities and character of the materials to be encountered
and all attending circumstances affecting the cost of doing the work and
the time specified for its completion; and to obtain all information
required to make an intelligent bid.
Bidders shall rely exclusively upon their surveys, estimates, investigations
soundings and other things which are necessary for full and complete
information upon which the bid will be based. The bid shall contain a state
ment that all bids are made with the full knowledge of the difficulties
and conditions that may be encountered, the kind, quantity and quality
of the plans, work to be done, excavation, and materials required, and
with full knowledge of the plans, profiles, specifications and estimates
and all provisions of the contract and bonds. Failure of any bid to
contain such a,statement may be held to be sufficient reason for rejecting
the bid.
2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate of
quantities, approved by the Owner, and on file in the office of the official
as set out in the "Notice to Contractors," is approximate only, and shall
be the basis for receiving unit price bids for each item, but shall not be
considered by the bidders as the actual quantities that may be required for
the completion of the proposed work. Such quantities, however, at the unit
price bid for each item, shall determine the amount of each bid for com-
parison of bids, and determine the low bidders for the purpose of awarding
the contract, and will be used as a basis for fixing the amount of the
required bonds.
3. FAMILIARITY WITH LAWS, ETC. The bidder is presumed to be familiar with
all state and city laws, ordinances and regulations which in any manner
affect those engaged or employed in the work, or the materials or equipment
used, or in any way affecting the work, and shall in all respects comply
with said laws, ordinances and regulations. No claim of misunderstanding
or ignorance on the part of the contractor will in any way serve to modify
the provisions of the contract. No representations shall be binding unless
embodied in the contract.
Id CLELLAND CONSULTING ENGINEERS , INC
Instructions to Bidders - 2
4. BIDS AND BIDDING FORMS. Bids must be made out in ink on the PROPOSAL
SCHEDULE included in Section III of these plans and specifications. All bids
shall be sealed and filed as provided in the "Notice to Contractors".. No
bidder shall divulge the information in said sealed bid to any person whomso-
ever, except those having a partnership or other financial interest with him
in said bid, until after the sealed bids have been opened.
Bids which are incomplete, unbalanced, conditional, or obscure, or which
contain additions not called for, erasures, alterations or irregularities
of any kind, or which do not comply with the "Instructions to Bidders" may.
be rejected as informal at the option of the Owner. However, the Owner
reserves the right to waive technicalities as to changes, alterations or
revisions and to make the award in the best interest of the Owner.
All papers bound with or attached to the Proposal Schedule are necessary
parts thereof, and must not be detached.
A copy of the plans, profiles, specifications, and bid forms may be
obtained as provided in the "Notice to Contractors."
5. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state a unit
price for every item of work named in the Engineer's estimate of quantities
of work to be done, approved by the Owner and an file in the office of the
official as set out in the "Notice to Contractors." Each bidder shall
include in the unit prices named in his bid the furnishing of all labor,
materials, tools, equipment and apparatus of every description to construct,
erect and finish completely all the work as called for in the specifications
or shown in the plans.
The price bid for the items must be stated in figures and in words in the
appropriate blank spaces provided on the bidding forms. Such figures must
be clear and distinctly legible so that no question can arise as to their .
intent or meaning. In case of a difference in the written words and figures
in a proposal, the amount stated in the written words and figures in a
proposal, the amount stated in the written words shall govern. Unit prices
bid and totals shown in the proposal shall not include any of the costs of
engineering, advertising, printing, and appraising.
6. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the
various items in the proposal shall bear a fair relationship to the cost of
the work to be done. Bids which appear unbalanced and deemed not to be in
the best interest of the Owner may be rejected at the discretion of the
Owner.
7. SIGNATURE ON BIDS. If the bid is made by an individual, his name must
be signed by him or his duly authorized agent, and his post office address
given. If the bid is made by a firm or partnership, the name and post office
address of each member must be given, and the bid signed by a member of the
firm or partnership, or a person duly authorized. If the bid is made by a
company or corporation, the company or corporate name and the state under
the laws of which said company or corporation is chartered, and the business
address must be given, and the bid signed by an officer or agent duly
authorized.
McCLELLAND CONSULTING ENGINEERS , INC