HomeMy WebLinkAbout111-80 RESOLUTION•
RESOLUTION NO. ///nt8b
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH McCLELLAND CONSULTING
ENGINEERS, INC. FOR ENGINEERING SERVICES FOR THE
GRADING OF SAFETY AREAS AND FOR TAXIWAY LIGHTING
AT 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
and directed to execute a contract with McClelland Consulting
Engineers, Inc. for engineering services for the grading
safety areas and for taxiway lighting at Drake Field. A
copy of the contract authorized for execution
attached hereto marked Exhibit "A"
PASSED AND APPROVED this
o
ATTESTiit
;V
'lLiro .kap
CITY CLERK
hereby is
of
and made a part hereof.
day of Vig,pyn,lgAJ , 1980.
APPROVED:
MICROFILMED
((P
v,': ^(`^..'Y151 .ebiFf's0. (("�°S
fir o,liJ:::ti.1;: ri:( •CealE;i:`ai dLE CPe
ttnnztrat:ril):::;'kc iy{ 3y&i% ;Te,`27'o-ere-i.
It.- ccst?I.Sy f3` it i .....`1t rocs l C r i6rei;oin ii
'fife �;r`2 -di 3
:;: iJt*7:;: _: •i i" y c'r:f 9 R -d ` to £ar a •9Q4
want. iin �'''t ii i:C� `v' i iP, n 61c.
z�.n„_s my
I Vii xe'ss my
-
band and a .b $ liar, o
//2t R detP•^1—/S-11D
City Cult t nti h'::C3ttici3 Re_oi ier,
McCLELLAND CONSULTING ENGINEERS INC
Environmental and Materials Testing
Civil, Environmental and Chemical EnS Consulting
LITTLE ROCK
JAMES E. McCLELLAND, P.E.
FRED NIELSEN. R.L.S.
December 5, 1980
Mr. Don Grimes
City Manager
P.O. Box F
Fayetteville, Arkansas 72701
Dear Mr. Grimes:
FAYETTEVILLE
J.E. McCLELLAND, P.E.
VERNON D. ROWE, P.E.
80-159
Fayetteville
Enclosed please find five (5) copies of the revised Engineering
Services Contract between the City of Fayetteville and McClelland
Consulting Engineers for safety area improvements at Drake Field
which has been approved by FAA, letter dated December 2, 1980.
Please have Mayor Todd and Vivian Koettel sign and seal them
and return three (3) copies to us. We will forward one copy to
FAA as requested in their letter mentioned above.
Yours truly,
nny Quinn V.•
Projects Cdinator
JQ/paa
Enclosure: Five (5) Copies of Engineering Services Contract
1810N. COLLEGE AVE. P.O. BOX 1229
1
FAYETTEVILLE, ARKANSAS TELEPHONES 15011443.4271/443.2377
t
•
McCLELLAND CONSULTING ENGINEEIRS INC
Environmental and Materials Testing
Environmental and Chemical En.ineerin. Consultin
LITTLE ROCK
JAMES E. MCCLELLANO, P.E.
FRED NIELSEN. R.L.S.
•
October 20, 1980
Mr. Don Grimes
City of Fayetteville
P.O. Drawer F
Fayetteville, Arkansas 72701
Re: Proposed Engineering Contract
Airport Safety Zone $ Taxiway Lighting
Dear Mr. Grimes:
•
•
80-159
Fayetteville
FAYETTEVILLE
J.E. MCCLELLAND. P.E.
VERNON 0. ROWE. P.E.
Attached hereto is a draft of the proposed contract as referenced
above. The items which define the scope of the work as concern
the safety zone earthwork are in conformance with directives
offered by Mr. Keith Neilson (FAA Office, Oklahoma City) per his
meeting with Mr. Wayne Jones (of our office) earlier this month.
As you know, the safety zone earthwork and taxiway lighting are
to be executed as an amendment to the "10" project, presently
ongoing. An "approximate accounting" of the allocation of funds
under this project indicates that about $165,000 of FAA money
presently remain "uncommitted". Assuming that the City of
Fayetteville provides the normal 20% "local share", a total of
approximately $206,250 should be available for professional services
and construction improvements. The available funds may be expended
in the following manner, per this amendment:
Taxiway Lighting Construction
Safety Zone Earthwork Construction
Engineering Services
1810 N. COLLEGE AVE.
Total Expenditure
P.O. BOX 1229 FAYETTEVILLE. ARKANSAS
= $ 73,000.00
= $111,150.00
= $ 22,100.00
= $206,250.00
continued -
TELEPHONES 150U443-4271/443-2372
•
•
•
•
Mr. Don Grimes October 20, 1980
City of Fayetteville Page 2
In accordance with the proposed contract, weintend to provide
plans/specifications which will address the items concerning
safety zone earthwork as deemed to be necessary at this time
by the FAA. Unfortunately, we believe that the cost for
constructing all earthwork improvements desired by FAA will
exceed the $111,150.00 available for this construction work as
an amendment to the "10" project. Consequently, we anticipate
that FAA will want to participate in prioritizing the "affordable
improvements" after bids for the work have been received and
tabulated.
After you, your Commissioners, and Airport Managers have reviewed
the draft copy of the proposed contract, please address your
comments and/or questions to the undersigned individual at your
earliest convenience in order that we may expedite the execution
of this amendment insofar as possible.
(Atfl
ohnny Quin .
Projects Cg odinator
JQ/paa
•
r
AGREEMENT FOR ENGINEERING SERVICES
THIS AGREEMENT, made this 7.76/,, day of,y„i3
1980, 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 construct improvements to the existing
taxiway and runway safety area at the Fayetteville Municipal
Airport, known as Drake Field, situated in the City of Fayetteville,
Washington County, State of Arkansas, and the ENGINEER agrees to
perform the professional engineering services required for same.
This work is to be performed in conjunction with Amendment No. 2
to the Grant Agreement for Project No. 6-05-0020-10.
WITNESSETH:
That for and in consideration of the mutual covenants and agree-
ments between the parties hereto, it is hereby agreed:
SECTION A - ENGINEERING SERVICES
That the ENGINEER shall furnish basic engineering services as
follows:
•
1. Preparing and submitting a grant agreement: amendment
to the Federal Aviation Administration.
•
2. Arranging and coordinating meetings with the Federal
Aviation Administration to facilitate execution,
review, and approval of the work.
3. Providing aerial/topographic mapping of the
immediate planning area, to include:
A. A photogrammetric mylar of the vicinity
topography measuring 30" x 20", at a
scale of 1" = 400', with 5' contour
intervals,corrected for distortion.
B. Cross-sections at approximately 100 -foot
stations.
4. Mapping all known existing underground utilities,
structures, etc., in the immediate area.
5 Designing and specifying earthwork, site drainage,
and related site work required to construct an
appropriate "safety area" a minimum of 200 feet
either side of the runway centerline. This safety
zone shall extend a minimum of 200 feet beyond
each end of the runway. The safety zone design work
is more particularly described as follows:
A. The safety area within 200 feet of Runway
16 (at the north end) shall be crowned along
the runway centerline extended to facilitate
drainage. Excavation and fill in this
vicinity shall be controlled to yield a
-2-
maximum longitudinal slope of 3%, or less.
The safety area shall be flared to full
width within 200 feet of the runway threshold.
B. The swale within the east infield between the
runway and taxiway (toward the north end) shall
be filled to attain a maximum 3% transverse/
longitudinal grade, and the storm inlets shall be
raised accordingly.
C All western infields between the runway and the
taxiway are to be graded by cutting/filling
with existing material to minimize berms,
observing a 3% maximum longitudinal grade.
D. The safety area within 200 feet of Runway 34
(at the south end) shall be crowned along the
runway centerline extended and graded to attain
a uniform longitudinal slope of 3%, or less.
E. The safety area along the southeast side of the
runway shall be filled as necessary within 200
feet of the runway centerline to attain a trans-
verse grade of 1.5 to 3.0%, while maintaining
a longitudinal grade of 3%, or less.
6. Designing and specifying medium -intensity taxiway
lighting in accordance with current Federal Aviation
Administration Advisory circulars.
-3-
•
•
7. Formulating construction cost estimates for
all proposed developments associatedwith the
work, said estimates being related to the
proposed schedule of development and based
upon forecasted construction costs.
8. 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 compensation paid to the
ENGINEER. Additional sets will be furnished at
a cost of twenty-five dollars ($25.00) per set,
in the event they are requested.
9. 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.
•
10. The plans prepared by the ENGINEER under the
provisions of Section A shall be in sufficient
detail to permit the actual location of the
proposed improvements on the ground, and shall
be sufficient for the biddersto formulate
intelligent bids for construction of every
detail of the project.
11. 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.
12. 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 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.
-5-
13. 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.
14. The ENGINEER will check and approve any necessary
shop and working drawings furnished by contractors.
15. 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.
16. 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 per-
forming the construction.
17. 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/or
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 Adminis-
tration.
18. The ENGINEER will review and approve estimates for
progress and final payments.
•
19. The ENGINEER will make final review of all construction
and a written certification of same to the OWNER.
20. The ENGINEER will provide the OWNER and the Federal
Aviation Administration with three (3) sets and two (2)
sets respectively, of "AS -BUILT" prints at no additional
cost to the OWNER.
21. 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.
22. The ENGINEER will perform resident observation of all
phases of construction to facilitate compliance with the
intent of the plans and specifications. The perform-
ance hereunder will be in addition to general obser-
vation of construction described in Section A, Paragraph
17, above.
• 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 12, the sum of twelve -thousand, eight -hundred,
ninety dollars ($ 12,890.00 ). Compensation for Paragraphs
-7-
•
•
1 through 12 will be due and payable upon completion of the detailed
plans and specifications and approval of same by the OWNER and the
Federal. Aviation Administration.
GENERAL F RESIDENT CONSTRUCTION OBSERVATION: For the performance
of services in Section A, Paragraphs 13 through 22, except con-
struction control testing in the field and laboratory, the sum of
nine -thousand, two -hundred, ten dollars ($9,210.00). For field
and laboratory controls of concrete and soils work during the
construction phase, the following schedule will apply:
Concrete compressive testing,
per cylinder
Proctor curve. determination
Density testing
$ 10.00 each
80.00 each
13.50 each
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.
Compensation for services performed under Section A, Paragraphs
13 through 22, 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.
-8-
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.
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:
-9-
FIELD PERSONNEL:
Three-man party (Surveying)
Two-man party
ENGINEERING:
Principal or Officer of Firm
Project Engineer
Engineering Aide/Inspector
$46.00/hour
35.00/hour
$65.00/hour
40..00/hour
30.00/hour
DRAFTSMAN:
Senior Draftsman $25.00/hour
Junior Draftsman 17.00/hour
OFFICE PERSONNEL:
Secretarial/Clerical $15.00/hour
SECTION D - 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, 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
determined by hourly rates established in Section B, hereunder.
-10-
•
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 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.
SECT.ION E REMEDIES
Except as may be otherwise provided in this Agreement, or as
the parties hereto may otherwise agree, all claims, counterclaims,
-11-
disputes and othermatters in question between OWNER and ENGINEER'
arising out of or relating to this Agreement or the breach thereof
will be decided by arbitration in accordance with the Construction
Industry Arbitration Rules of the American Arbitration Association
then obtaining, subject to the limitations stated in paragraphs
E.2. and E.3. below. ,This Agreement so to arbitrate and any other
Agreement or consent to arbitrate entered into in accordance there-
with as provided below, will be specifically enforceable under the
prevailing law of any court having jurisdiction.
E.1. Notice of demand for arbitration must be filed in
writing with the other party to this Agreement and with the
American Arbitration Association. The demand must be made
within a reasonable time after the claim, dispute or other
matter in question has arisen. In no event may the demand
for arbitration be made after the time when institution of
legal or equitable proceedings based on such claim, dispute
or other matter in question would be barred by the appli-
cable statute of limitations.
E.2. All demands for arbitration and all answering state-
ments thereto which include any monetary claim must contain
a statement that the total sum or value in controversy as
alleged by the party making such demand or answering statement
is not -more than' $200,000 (exclusive of interest and costs).
The arbitrators will not have jurisdiction, power or
authority to consider, or make findings (except in denial
of their own jurisdiction) concerning any claim, counterclaim,
dispute or other matters in question where the amount in
-12-
controversy thereof is more than $200,000 (exclusive of
•
interest and costs).
E.3. No arbitration arising out of, or relating to, this
Agreement may include, by consolidation, joinder or in any
o ther manner, any additional party not a party to this
Agreement.
E.4. By written consent signed by all parties to this
Agreement and containing a specific reference hereto, the
limitations and restrictions contained in paragraphs E.2
and E.3 may be waived in whole or in part as to any claim,
counterclaim, dispute or other matter specifically described
in such consent. No consent to arbitration in respect
t o a specifically described claim, counterclaim, dispute or
o ther matter in question will constitute consent to arbitrate
any other claim, counterclaim, dispute or other matter in
question which is not specifically described in such consent
o r in which the sum or value in controversy exceeds $200,000
(exclusive of interest and costs) or which is with any party
not specifically described therein.
E.S. The award rendered by the arbitrators will be final,
not subject to appeal and judgment may be entered upon. it .in
any court having jurisdiction thereof.
-13-
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
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. Records under
this Section shall be maintained and made available during perfor-
mance on FAA grant work under this Agreement and until three years
from date of final FAA grant payment for the PROJECT. In addition,
those records which relate to any "Dispute" appeal under an FAA
grant agreement, or litigation, or the settlement of claims arising
out of such performance, or costs or items to which an audit excep-
tion has been taken, shall be maintained and made available until
three years after the date of resolution of such appeal, litigation,
claim or exception.
SECTION G - EQUAL OPPORTUNITY
In accordance with Executive Order 11246, entitled "Equal
Employment Opportunity", as amended by Executive Order 11375., and
as supplemented in Department of Labor Regulations, the ENGINEER
agrees that he will not discriminate against any employee or
applicant for employment because of race, religion, age, color,
sex, or national origin.
SECTION H - ACKNOWLEDGEMENTS
In executing this contract the ENGINEER acknowledges that he
- 14-
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.
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 furtheracknowledges that he is not to perform
any work hereunder until the OWNER has executed the Grant Offer
from the Federal Aviation Administration.
This Agreement shall insure to the benefits of and be binding
upon legal representatives and successors of the parties respec-
tively and shall become effective upon execution.
-15-
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.
RITE -ST -4y
U7,LJ 7120/. -e
''4yr
T>ype Ngme Vivian Koettel
"-Tit1:e� City Clerk
ATTEST: 2
G • • C
Name Maurice A. McClelland
Title Sec'y -
et
•
Treas.
-16-
OWNER:
CITY 0A TTEV
By
Type N
•
Title
Mayor
ENGINEER:
Byz
CLELL/%i'/SULT ENGINEERS, INC.
yP
Name J.E. McClelland
Title President