Loading...
HomeMy WebLinkAbout125-82 RESOLUTION• Plori RESOLUTION NO A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR ENGINEERING SERVICES NECESSARY FOR CONSTRUCTION OF AN ACCESS ROAD TO SERVE THE EAST SIDE OF THE FAYETTEVILLE MUNICIPAL AIRPORT. BE IT RESOLVED BY THE BOARD OF 'DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: 4. 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 con- struct an access road to serve the east side of Drake Field. A copy of the contract authorized for execution hereby is: attached hereto,' marked.Exhibit "A", and made:a part'hereef. PASSED AND APPROVED this /9# day of ,Lt'�ZJ,9.e. ,. 1982. -00 ti • Sid ail I pa. I4 no. ty 7 2 u ATTEST-:`tt .A7 eer By: City Clerk APPROVED: . .. AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT, made this 3rd day of November 1982, 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 construct site improvements for an automobile access road 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 the Federal Aviation Administration Grant AGREEMENT for Project No. 3-05-0020-03. 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. Arranging and coordinating meetings with the Federal Aviation Administration to facilitate execution, review, and approval of the work. 2. Providing topographic mapping of the immediate planning area to include: A. A map of the vicinity topography, at a scale of 1" = 50', with 1' contour intervals. B. Cross-sections at approximately 50 -foot stations. 3. Mapping all known existing underground utilities, structures, etc. in the immediate area. 4. Designing and specifying site earthwork, site drainage and related site work, including a • • • bridge -type culvert, required to construct site improvements for an airport access road approximately 3,100 linear feet in length. 5. Formulating 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. The ENGINEER has no control over prices of labor, equipment and supplies, or of the Contractor's method of determining prices, and therefore does not guarantee any cost estimate provided to the OWNER. Said estimates will be basedupon experience, judgment and latest prices bid for similar work. 1 ; 6. Prior to the advertisement for bids, the ENGINEER will provide no more than seven ,(7) copies of detailed plans, specifications, and contract documents for approval and use by the•OWNER arid the Federal Aviation Administration. The cost of no more than seven (7) 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 the cost of reproduction, in the event they are requested. 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 the approval of this contract by the Federal Aviation Administration, and will have Plans and Specifications completed within sixty (60) calendar days therefrom. (2) • 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 perform soils investigations as deemed necessary. 12. 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. 13. The ENGINEER will check and approve any necessary shop and working drawings furnished by Contractors. 14. 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. 15. 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. 16. The ENGINEER will review and approve estimates for progress and final payments. 17. The ENGINEER will make final review of all construction and a written certification of same to the Owner. 18. 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. (3) • • 19. The ENGINEER will provide general construction observation on a periodic basis as dictated by major construction events or at the request of the OWNER or by the Contractor. The performance hereunder and the compensation set forth in Section B, Paragraph 2 are based on a construction period not exceeding sixty (60) calendar days. In the event that the construction phase of the project exceeds this stated period, the ENGINEER shall be due extra compensation from; the OWNER based on actual'man-hours expended and the hourly rates set forth in Section C. 20. 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 Administration. 21. The OWNER shall secure and guarantee the right of entry of the ENGINEER to the site to perform the work. Since the OWNER does not currently own the land where the work is to be done, he shall coordinate proposed design activities with the actual property owner(s) on the ENGINEER'S behalf. SECTION B - COMPENSATION FOR ENGINEERING SERVICES That the OWNER shall compensate the ENGINEER for engineering services based upon the following schedule: 1. DETAILED PLANNING & DESIGN: For all services described in section A, Paragraphs 1 through 11, the sum of twelve thousand, two hundred dollars ($12,200.00). Compensation for services performed under Section A, Paragraphs 1 through 11 shall be made in accordance with monthly billings by the ENGINEER which reflect the percentage of work completed to date. However, the final $1,220 will be retained by the OWNER until the plans and specifications have been approved by the OWNER and the Federal Aviation Administration. 2. CONSTRUCTION OBSERVATION: For the performance of services in Section A, Paragraphs 12 through 19, the sum of six thousand, three hundred, twenty-five dollars ($6,325). Compensation for services performed under Section A, paragraphs 12 through 19 shall be due and payable in monthly installments, based upon the effort expended by the ENGINEER (4) • • 4 per records of time worked and direct'expenses incurred, the final 10% to be retained by the Owner until completion and final acceptance of the construction work. 3. CONSTRUCTION MATERIALS TESTING: For the performance of services in Section A, Paragraph 20, the following schedule will apply: Concrete Compressive Testing, per cylinder Air Entrainment Test Proctor Curve, Modified Proctor Curve, Standard Density Testing, In Place Gradation, Dry Sieve Gradation, Wet Sieve $ 10.00/each 5.00/each 90.00/each 70.00/each 13.50/each 5.00/sieve 15.00/sieve The estimated maximum fee for the construction materials testing is one thousand, one hundred dollars ($1,100) and it is agreed that this fee will not be exceeded without the prior written approval of the OWNER. It is also 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 the construction materials testing work shall be due and payable on a monthly basis, after submission 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 services not specifically included hereinbefore in the scope of this contract. A partial listing of such "additional engineering services" includes: 1 Property boundary surveys or additional surveys of any type. 2 That required for additional construction work. It is likely that the OWNER may receive additional funding from FAA to proceed with the balance of design and construction work on the access road (pavement, curb and gutter, etc.). The ENGINEER agrees to provide related additional engineering services for the following additional fees: (5) • • A. Detailed Planning and Design: $3,600 (lump sum) B. Construction Observation: $2,375 (lump sum) C. Construction Materials Testing: $1,300 (estimate) 3. Legal descriptions. 4. Easements. 5. Overtime engineering. 6. Work re -done, not as a result of the ENGINEER'S omissions or commissions. In the event that additional engineering services are needed, it is mutually agreed that compensation for such services shall be determined by the following hourly rate and unit price schedule, if compensation is not otherwise specifically called out in this AGREEMENT: ENGINEERING: Principal Engineer Project Coordinator Project Engineer Assistant Project Engineer Resident Engineer/Inspector FIELD PERSONNEL: Three-man party (Surveying) Two-man party Lab Technician DRAFTSMAN: Senior Draftsman Junior Draftsman OFFICE PERSONNEL: Secretarial/Clerical (6) $ 70.00/hour 50.00/hour 40.00/hour 30.00/hour 37.50/hour 46.00/hour 35.00/hour 28.00/hour 28.00/hour 20.00/hour 18.00/hour • • ASPHALT TESTS 3 - Marshall Specimen 3 - Unit Weight 3 - Stability 1 - Asphalt Content 1 - Gradation • • 250.00/Sample (total) SECTION D - OWNER'S REPRESENTATIVE The OWNER agrees to designate one person to act as his representative during this project and to be responsible for coordinating the work with the ENGINEER. SECTION E - 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. Records under this Section shall be maintained and made available during performance 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 exception 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 F - 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 G - 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 (7) • 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 C,.of this AGREEMENT. In the event.that the OWNER shall decide not to continue the project after this AGREEMENT has'been executed, hershall provide written notification to 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 his disposition. Compensation under this circumstance shall be due the ENGINEER at the hourly rates and unit prices established in Section C of this AGREEMENT, effective through the date of written notification to the ENGINEER of project termination. 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. SECTION H - ACKNOWLEDGEMENTS In executing this contract the ENGINEER acknowledges that he has visited the site of the work, that he is familiar with the conditions and characteristics of the site, and that he fully understands the nature, extent and character of the project and (8) • • 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. • This AGREEMENT shall inure to the benefits of and be binding upon 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 officials, this AGREEMENT in duplicate on the date heretofore stated. (9) • • r � r • 1 ts _ 4 pJOW r, +y (SEAL) 1 l�ATTEST:'A,*?: ByAts\t: Type Name v Olivia Kelly f Title City Clerk TypeName Maurice A. McClelland Title Sec'y - Treas. OWNER: CITY O FAYETT .v By Type Name. Title Paul R. Noland Mayor ENGINEER: McCLELLAND CONSULTING ENGINEERS, INC. (10) yp Name J. E. McClelland tle President • • • 'APPENDIX A TO AGREEMENT FOR ENGINEERING SERVICES • • • Airport Development Aid Project Numbers 3-05-0020-03 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 hereby 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 service of any firm or person in connection with carrying out the contract, or paid or agreed to pay 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,i 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. s November 3 , 1982 // McClelland, McPresi t FAYETTEVILLE, ARItAITSAS OFFICE OF CITY CLERK P. 0. DRAWER F 72701 15011 521-7700 • November 3, 1982 Mr. Johnny Quinn, P.E. Project Coordinator McClelland Consulting Engineers, Inc. 1810 N. College Avenue Fayetteville, Arkansas 72701 Re: Proposed Contract for Engineering Services - Airport Access Road Dear M>r. Quinn: Enclosed is a copy of the executed contract referenced above. I have taken the liberty of sending a copy to Ms. FHe Hogue and I have mailed off the copy to the FAA, while retaining a copy. If I may be of further assistance, please don't hesitate to contact me. /oak Att. cc: Ms Ede Hogue Airport Manager Sincerely, Olivia Kelly City Clerk FAYETTEVILLE, ARKANSAS P. 0. DRAWER F 72701 November 2, 1982 Mr. Bob A. Smith, Chief Federal Aviation Administration FAA Bldg., Room 204 Wiley Post Airport Bethany, Oklahoma 73008 Re: Contract for Engineering Services Airport Access Road, Drake Field, Fayetteville Project No. 3-05-0020-03 Dear Mr. Smith: 1501] 521-7700 Enclosed herewith is a copy of the referenced contract. Please notify us after your review has been completed in order that we may proceed with the design phase of the project as soon as possible. Your assistance in this matter is appreciated. Sincerely, Paul Nol nd, Mayor IR LTA • McCLELLAND CONSULTING ENGINEERS INC: Environmental and Materials Testing Civil Environmental and Chemical En•ineerinq Consulting LITTLE ROCK FAYETTEVILLE JAMES E. MCCLELLAND, P.E. FRED NIELSEN, R.L.S. J.E. McCLELLAND, P.E. VERNON D. ROWE, P.E. November 2, 1982 82-118 • Mrs. Olivia Kelly City Clerk City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702-F Re: Proposed Contract for Engineering Services Airport Access Road Dear Mrs. Kelly: Forwarded herewith are three (3) copies of the referenced contract, for execution by the City. Your cooperation in administering the execution process is appreciated. • Also enclosed is a letter of transmittal to FAA, for Mayor Noland's signature. FAA's approval of the contract document is needed before we begin detailed design work. After execution of the three copies: send one to FAA with the letter of transmittal; return one to us; and keep the other for your file. Again, thank you. Cordi.11 9.. ny Quin , P.E. rojeadinator JQ/paa cc: Ede Hogue 1810 N. COLLEGE AVE. P.O. BOX 1229 FAYETTEVILLE. ARKANSAS 72102-176 TELEPHONES 15 011 443-4171 /4 4 3-13 77 A a 3-11/0 3 FAYETTEVILLE, ARIKANSAS OFFICE OF CITY CLERK 72701 P. 0. DRAWER F April 27, 1983 Mr. R. Wayne Jones, P.E. Project Engineer McClelland Consulting Engineers, Inc. 1810 North College Avenue Fagetteville, Arkansas 72701 Dear Mr. Jones: I5011 521-7700 MICROFLLMEL2 Enclosed is a fully executed copy of Amendment No. 3, Contract for Engineering Services, Airport Access Project, Drake Field. I have forwarded a fully executed copy of the Amendment, along with your transmittal letter, to Mr. Bob Smith of the Federal Aviation Administration. If I may be of further assistance, please don't hesitate to call. Sincerely, Olivia Kelly City Clerk /oak Enc. cc: Ede Hogue Airport Manager • _rw' CI ''r I AMENDMENT NO. 3 TO AGREEMENT FOR ENGINEERING SERVICES The AGREEMENT, made the 3rd day of November, 1982, by and between the CITY OF FAYETTEVILLE, ARKANSAS and McCLELLAND CONSULTING ENGINEERS, INC., Fayetteville, Arkansas, is amended as follows: WHEREAS, the City of Fayetteville desires that the scope of work be increased to incorporate design and construction observation services for paving and surfacing improvements, and WHEREAS, the Federal Aviation Administration (FAA) is the primary funding source for referenced Project No. 3-05-0020-03, and requires that a formal contract amendment be executed if said additional services are to be considered as eligible for FAA funding, WITNESSETH that the additional stipulations are hereby agreed: In accordance with Section C, paragraph 2 of the original contract, the Owner directs the Engineer to revise the Plans and Specifications to reflect the need for additional construction work, since the Owner has received additional funding from FAA to proceed with surfacing improvements for the access road project. In accordance with the provisions of the Basic Agreement, the. Engineer agrees to provide related additional engineering services for the following additional fees: 1. Detailed planning and design - $3,600 lump sum. 2. Construction Observation - $2,375 lump sum. Additional construction materials testing is estimated to cost $1,300. • • _• _.. r•0 a r; (SEAL) ? s ATTEST: r4'" By Q_ Type Name Title Olivia Kelly City Clerk (SEAL) ATTEST: By ThtxLaec@.2tY ® 9 OWNER: By pFAYETTELL! Y Type Name Paul R. Noland Title Mayor OWNER: McCLELLAND CONSULTING ENGINEER, INC. eiiattg.Leg By Type Name Maurice A. McClelland Title Sec'y-Treas. 2 {A s7 ame J. E. McClelland Title President • IVP McCLELLAND CONSULTING ENGINEERS INC. Environmental and Materials Testing Civil, Environmental and Chemical Engineering Consulting LITTLE ROCK FAYETTEVILLE J.E. McCLELLAND, P.E. VERNON D. ROWE, P.E. JAMES E. McCLELLAND. P.E. FRED NIELSEN, R.L.S. April 12, 1983 82-118 Mrs. Olivia Kelly City Clerk City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702-F Re: Amendment No. 3 Contract for Engineering Services Airport Access Project, Drake Field Dear Mrs. Kelly: Enclosed you will find three (3) "originals" of the referenced Amendment. As I understand it, in order for the Federal Aviation Administration to review these "additional services" for eligibility with regard to their funding participation, it is necessary that the agreement be executed in the form of an official "Amendment" to the original contract. As you will notice, the scope of these additional services, and the related fees, have already been approved by the City in the Basic Agreement, dated November 3, 1982. The City Board, by resolution, should authorize the Mayor to execute this document. Please place this Amendment in line for execution, thereafter forwarding one copy to FAA for their review, and returning one copy to this office for file purposes. 1810 N. COLLEGE AVE. P.O. BOX 1229 Continued - FAYETTEVILLE, ARKANSAS 72702-1229 TELEPHONES (501) 443 -4271/443 -ZIP Mrs. Olivia Kelly April 12, 1983 City Clerk Page 2 I have enclosed a letter of transmittal for your convenience. Your assistance is appreciated. Cordially, R Way Jones, P.E. Projec Engineer RWJ/paa cc: Ede Hogue