HomeMy WebLinkAbout119-81 RESOLUTIONRESOLUTION NO.
itigCRQIILME An_ 9-
1
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH McCLELLAND CONSULTING
ENGINEERS, INC. FOR ENGINEERING SERVICES NECESSARY
TO CONVERT THE AUTOMOBILE PARKING LOT AT THE OLD
AIRPORT TERMINAL BUILDING INTO PARKING FACILITIES
FOR LIGHT AIRCRAFT.
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 necessary to
convert the automobile parking lot at the Old Airport Terminal
Building into parking facilities forlight aircraft. A copy
of the contract authorized for execution is attached hereto
marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this
1981.
i.•
`ATTEST:
'.1
Gam!
CITY CLERK
day of ,O2ctd?tLc _.
APPROVED:
•
14.01
AGREEMENT FOR ENGINEERING SERVICES
THIS AGREEMENT, by and between the 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
related appurtenances at the
Field, situated in the City
Arkansas, and the Engineer
services required for same.
WITNESSETH:
construct a light aircraft parking apron and
Fayetteville Municipal Airport, known as Drake
of Fayetteville, Washington County, State of
agrees to perform the professional engineering
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:
1. Conduct field surveys as 'necessary to obtain basicinformation
to be used in design of the project as described in Exhibit "A"
attached hereto and made a part hereof.
2. Coordinate activities with representatives of SW Electric Power
Company, the Airport Manager and other City of Fayetteville
officials as necessary and appropriate to complete the work.
3. Design pavement, drainage and lighting systems to
accommodate the needs of the project.
4. Prepare plans and specifications for use by bidders and by the
contractor selected to perform the construction work.
5. Formulate construction cost estimates for all proposed
developments associated with the work, said estimates being
related to the proposed schedule of development and based
upon forecasted construction costs.
14.02
6. Prior to the advertisement for bids, the ENGINEER will provide
no more than four (4) copies of detailed plans, specifications,
and contract documents for approval and use by the OWNER.
The cost of such plans, specifications, and contract documents
shall be included in the basic compensation paid to the
ENGINEER.
7. The ENGINEER willfurnish 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.
8. 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 bidders to formulate intelligent bids
for construction of every detail of the project.
9. The ENGINEER will commence the work within ten (10) days
from execution of this contract, and will have Plans and
Specifications completed, ready for advertising and receiving
bids within thirty (30) calendar days therefrom.
10. 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.
11. 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.
12. 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.
13. 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.
(2)
14.03
14. The ENGINEER will provide general construction observation of
in
the
as
be
the work of the contractors as construction progresses.
order to maintain control during the construction phase,
ENGINEER will perform such laboratory and/or field tests
deemed . necessary. The extent of such testing will
determined by conference with the Owner.
15. The ENGINEER will provide the OWNER with three (3) sets of
"AS -BUILT" prints at no additional cost 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.
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, the sum of twenty two hundred dollars ($2,200.00).
Compensation for Paragraphs 1 through 8 will be due and payable upon
completion of the detailed plans and specifications and approval of same by
the OWNER.
GENERAL CONSTRUCTION OBSERVATION: For the performance of services
in Section A, Paragraphs 11 through 16, except construction control testing
in the field and laboratory, the sum of thirteen hundred dollars ($1,300.00).
For field and laboratory controls of concrete and soils work during the
construction phase, the following schedule will apply:
Concrete compressive testing,
per cylinder (min. of 3 per trip)
Proctor curve determination
Density testing (min. of 3 per trip)
$ 10.00 each
90.00 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.
Compensation for services performed under Section A, Paragraphs 11
through 16, shall be due and payable in monthly installments, based upon the
monthly estimate prepared to pay the construction contractors, the final
(3)
14.04
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 -submission of reports of testing
performed during each month. The estimated cost for field and laboratory
testing is $350.00. This amount shall not be exceeded without the prior
approval of the OWNER.
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:
Supervisor $30.00/hour
Three-man party (Surveying) 46.00/hour
Two-man party 35.00/hour
ENGINEERING:
Principal or Officer of Firm
Project Coordinator
Project Engineer
Engineering Aide/Inspector
DRAFTSMAN:
Senior Draftsman
Junior Draftsman
OFFICE PERSONNEL:
Secretarial / Clerical
$70.00/hour
50.00/hour
40.00/hour
37.50/hour
$28.00/hour
20.00/hour
$18.00/hour
No additional engineering services shall be provided without the prior
written approval of the OWNER.
(4)
141
•
•
14.05
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, 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 hourly rates established in Section B,
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 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.
ACCESS TO RECORDS: The ENGINEER shall maintain books, records,
documents and other evidence directly pertinent to performance of work under
this Agreement in accordance with accepted professional practice, appropriate
accounting procedures and practices, and applicable regulations procedures
and practices, and applicable regulations and guidelines.
The OWNER, or their duly authorized representative shall have access to such
books, records, documents and other evidence for the purpose of inspection,
audit and copying. The ENGINEER will provide proper facilities for such
access and inspection.
This agreement shall insure to the benefits of and be binding upon the
legal representative and successors of the parties respectively and shall
become effective upon execution.
(5)
14.06
IN WITNESS WHEREOF; the parties hereto have executed, or caused to
be executed by their duly authorized officials, this AGREEMENT in duplicate.
Y 4'!
` `r >ATTEST!l
t
C•
Type Name Vivian Koettel
Title City Clerk
Date /0D,c, /• / 9e1
OWNER:
By
Type Nam John Todd
Title Mayor
Date !Ott_ / /'Cf./
(SEAL) ENGINEER:
ATTEST: McCLELLAND CONSUL •ING FyNGINEERS, INC.
BY,/I"kiaA•.,v.Ck .//]C�inrlt'. B aI
Type Name Maurice A. McClelland
Title Secretary -Treasurer
Date %!'G
T pe Name J. E. McClelland
(6)
Title President
Date
Lit 27 /yr
14.07
EXHIBIT "A"
Description of Project Improvements
This project involves converting the automobile parking lot immediately west of
the old terminal building into a light aircraft parking area. Specifically, the
following improvements are proposed:
1. Removal of certain above grade improvements including a
perimeter cable fence, gas lights, parking gates, and wooden
guard posts.
Relocation of four existing light poles with fixtures.
3. Replacement of overhead electrical service to old terminal
building with a new underground service.
4. Relocation of a portion of the existing 4 -foot chain link fence
and installation of new fence as required to enclose the new
parking area.
5. Removal and paving of curbed islands within the parking area.
6. Construction of a new 30 foot wide taxiway from the existing
apron to the new parking area.
7. Installation of aircraft tie -downs.
8. Installation of storm drainage pipe and inlets along the existing
drainage ditch east of the parking area.
•
•
•
RESOLUTION NO. //, d
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH McCLELLAND CONSULTING
ENGINEERS, INC. FOR ENGINEERING SERVICES NECESSARY
TO CONVERT THE AUTOMOBILE PARKING LOT AT THE OLD
AIRPORT TERMINAL BUILDING INTO PARKING FACILITIES
FOR LIGHT AIRCRAFT.
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 necessary to
convert the automobile parking lot at the Old Airport Terminal
Building into parking facilities for light aircraft. A copy
of the contract authorized for execution is attached hereto
marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this / day of
1981.
7
ti
,a;.liTTES,I %
Alt;spetat 41410
,,� `� ;.
APPROVED:
CEMENTCATIEuse ,Eizz. � il ii
State of &i
City Fayetteville .# S
ail FF
Ir Vivfat Kaattet. City C.d1EriS
'vaco. -ds• for the and E'.'.Qh re
by CertiF t.hy Eyei','`i 2:12, do here
tat a annexed ox fsregoin^ i5
of record in my office and
the S;i ;23 3p.
pear in Ordinance & Resolutionbeo.. k
Viitne^.s my
Band . d seal this l'
lay of
19
City Clerk and Ex -Officio Recorder
41,
T4 ,
•
Cf.•
•
AGREEMENT FOR ENGINEERING SERVICES
•
•
THIS AGREEMENT, by and between the 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
related appurtenances at the
Field, situated in the City
Arkansas, and the Engineer
services required for same.
construct a light aircraft parking apron and
Fayetteville Municipal Airport, known as Drake
of Fayetteville, Washington County, State of
agrees to perform the professional engineering
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:
1. Conduct field surveys as necessary to obtain basic information
to be used in design of the project as described in Exhibit "A"
attached hereto and made a part hereof.
2. Coordinate activities with representatives of SW Electric Power
Company, the Airport Manager and other City of Fayetteville
officials as necessary and appropriate to complete the work.
3. Design pavement, drainage and lighting systems to
accommodate the needs of the project.
4. Prepare plans and specifications for use by bidders and by the
contractor selected to perform the construction work.
5. Formulate construction cost estimates for all proposed
developments associated with the work, said estimates being
related to the proposed schedule of development and based
upon forecasted construction costs.
r
•
•
6. Prior to the advertisement for bids, the ENGINEER will provide
no more than four (4) copies of detailed plans, specifications,
and contract documents for approval and use by the OWNER.
The cost of such plans, specifications, and contract documents
shall be included in the basic compensation paid to the
ENGINEER.
7. 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.
8. 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 bidders to formulate intelligent bids
for construction of every detail of the project.
9. The ENGINEER will commence the work within ten (10) days
from execution of this contract, and will have Plans and
Specifications completed, ready for advertising and receiving
bids within thirty (30) calendar days therefrom.
10. 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.
11. 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.
12. 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.
13. 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.
(2)
•
•
14. 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.
15. The ENGINEER will provide the OWNER with three (3)
"AS -BUILT" prints at no additional cost 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.
sets of
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, the sum of twenty two hundred dollars ($2,200.00).
Compensation for Paragraphs 1 through 8 will be due and payable upon
completion of the detailed plans and specifications and approval of same by
the OWNER.
GENERAL CONSTRUCTION OBSERVATION: For the performance of services
in Section A, Paragraphs 11 through 16, except construction control testing
in the field and laboratory, the sum of thirteen hundred dollars ($1,300.00).
For field and laboratory controls of concrete and soils work during the
construction phase, the following schedule will apply:
Concrete compressive testing,
per cylinder (min. of 3 per trip)
Proctor curve determination
Density testing (min. of 3 per trip)
$ 10.00 each
90.00 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.
Compensation for services performed under Section A, Paragraphs 11
through 16, shall be due and payable in monthly installments, based upon the
monthly estimate prepared to pay the construction contractors, the final
(3)
•
•
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 submission of reports of testing
performed during each month. The estimated cost for field and laboratory
testing is $350.00. This amount shall not be exceeded without the prior
approval of the OWNER.
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:
Supervisor
Three-man party (Surveying)
Two-man party
ENGINEERING:
Principal or Officer of Firm
Project Coordinator
Project Engineer
Engineering Aide/Inspector
DRAFTSMAN:
Senior Draftsman
Junior Draftsman
OFFICE PERSONNEL:
Secretarial/Clerical
$30.00/hour
46.00/hour
35.00/hour
$70.00/hour
50.00/hour
40.00/hour
37.50/hour
$28.00/hour
20.00/hour
$18.00/hour
No additional engineering services shall be provided without the prior
written approval of the OWNER.
(4)
-r_
•
•
•
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, 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 hourly rates established in Section B,
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 hereundershall 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.
ACCESS TO RECORDS: The ENGINEER shall maintain books, records,
documents and other evidence directly pertinent to performance of work under
this Agreement in accordance with accepted professional practice, appropriate
accounting procedures and practices, and applicable regulations procedures
and practices, and applicable regulations and guidelines.
The OWNER, or their duly authorized representative shall have access to such
books, records, documents and other evidence for the purpose of inspection,
audit and copying. The ENGINEER will provide proper facilities for such
access and inspection.
This agreement shall insure to the benefits of and be binding upon the
legal representative and successors of the parties respectively and shall
become effective upon execution.
(5)
•
•
•
•
4
•
IN WITNESS WHEREOF, the parties hereto have executed, or caused to
be executed by their duly authorized officials, this AGREEMENT in duplicate.
(SEAL)
ATTEST.:
: Type 'Name; Vivian Koettel
.
1._o,
City Clerk
Title
Date
12-1-81
( SIAL )Y -'s.
ATTESTi
c
OWNER:
CITY OF Jt! ET EVILLE
By
Type N
Title
e John Todd
Mayor
Date
12-1-81
ENGINEER:
McCLELLAND CONSULTING NGINEERS, INC.
4
Type Name Maurice A. McClelland
Title Secretary -Treasurer
Date 7/44, /7 /192/
T . pe Name J. E. McClelland
(6)
•
Title President
Date
.
•
�'
•
EXHIBIT "A"
Description of Project Improvements
•
•
This project involves converting the automobile parking lot immediately west of
the old terminal building into a light aircraft parking area Specifically, the
following improvements are proposed:
1. Removal of certain above grade improvements including a
perimeter cable fence, gas lights, parking gates, and wooden
guard posts.
2. Relocation of four existing light poles with fixtures.
3. Replacement of overhead electrical service to old terminal
building with a new underground service.
4. Relocation of a portion of the existing 4 -foot chain link fence
and installation of new fence as required to enclose the new
parking area.
5. Removal and paving of curbed islands within the parking area.
6. Construction of a new 30 foot wide taxiway from the existing
apron to the new parking area.
7. Installation of aircraft tie -downs.
8. Installation of storm drainage pipe and inlets along the existing
drainage ditch east of the parking area.