Loading...
HomeMy WebLinkAbout126-82 RESOLUTIONRESOLUTION NO. /oZ G —'8oZ • A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR ENGINEERING SERVICES NECESSARY TO CONSTRUCT DRAINAGE AND PAVEMENT IMPROVEMENTS ON THE WEST SIDE OF THE FAYETTEVILLE MUNICIPAL, AIRPORT IN THE AREA BETWEEN CAUDLE AIR FREIGHT AND THE FAYETTEVILLE FIRE STATION.•' • t • 4, •l BE IT RESOLVED BY'THE BOARD,OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: ` 4' s). 4 That the Mayor and'City Clerk "are hereby authorized and directed to execute an agreement with McClelland Con- sulting Engineers, Inc. for engineering services necessary to construct drainage and pavement improvements on the west side of Drake Field in the area between Caudle Air Freight and the Fayetteville Fire Station. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this /%j day of dG7C�dE.G , 1982. is w {T.�y �4 II Z;10 'f i . a ATTEST•: c 2,_L a ,r_ge4 City Clerk APPROVED: B Mayor '76vhei/ • • • • AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT, made this / day of Oa -4 , 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 drainage and pavement improvements to an existing gravel parking area on the west side of 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. 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. Performing site surveys limited to the immediate project area, measuring approximately 40' X 1200'. 2. Performing site investigations relating to existing drainage ways and existing conditions. 3. Mapping all known existing underground utilities, structures, etc., in the immediate project area. 4. Designing and specifying pavement, site drainage, and related site work required to construct the proposed drainage and pavement improvements. 5. Formulating construction cost estimates for all proposed improvements associated with the work, said estimates being related to the proposed schedule of development and based upon forecasted construction costs. 6. Prior to the advertisement for bids, the ENGINEER will provide no more than two (2) copies of detailed plans, specifications, and contract documents for approval and use by the OWNER. The cost of no more than two (2) 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. 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. 8. The plans prepared by the ENGINEER under the provisions of Section A shall be in sufficient detail to permit theactual location of the proposed improvements on the ground, and shall be sufficient for the bidders to formulate intelligent bids for construction of the project.. 9. The ENGINEER will commence the work within two (2) working days from execution of this contract, and will have Plans and Specifications completed, ready for advertising to receive bids within twenty (20) 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. 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 10, the sum of Nine Hundred Fifty Dollars ($950.00). Compensation for Paragraphs 1 through 10 will be due and payable upon completion of the detailed plans and specifications and approval of same by the OWNER. CONSTRUCTION OBSERVATION: Construction observation, if requested by the Owner, will be provided on an hourly rate basis as ADDITIONAL ENGINEERING SERVICES in accordance with SECTION C, hereinafter. (2) • CONSTRUCTION MATERIALS TESTING: 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 The construction specifications shall state that the costs for all tests which fail to meet the construction specification requirements will be borne by the contractor. 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. Examples of such ADDITIONAL ENGINEERING SERVICES include: 1. Attending the bid opening and tabulating the bid proposals, making an analysis of the bids, and making recommendations for awarding contracts for construction. 2. Checking and approving any necessary shop and working drawings furnished by contractors. 3. Interpreting 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. 4. Providing general construction observation of the work of the contractors as construction progresses. In orderto maintain control during the construction phase, the ENGINEER may perform such laboratory and/or field tests as deemed necessary. The extent of such testing will be determined by conference with the Owner. 5. Reviewing and approving estimates for progress and final payments. (3) • Making final review of all construction and a written certification of same to the OWNER. 7. Providing the OWNER with sets of "AS -BUILT" prints. 8. Furnishing engineering services 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. 9. Providing any modifications in the Engineer's work required as a result of a change in preference by the OWNER. Principal Engineer Project Coordinator Project Engineer Assistant Project Engineer Resident Engineer/Inspector Designer Registered Land Surveyor Four -Man Survey Crew Three -Man Survey Crew Two -Man Survey Crew Certified Engineering Technician Engineering Technician Senior Draftsman Junior Draftsman Soils Lab Supervisor Soils Lab Technician Clerical Support $74.00/hour 53.00/hour 41.00/hour 30.00/hour 37.50/hour $35.00/hour $30.00/hour $63.00/hour 51.00/hour 37.50/hour $27.50/hour $18.00/hour $28.00/hour 20.00/hour $27.50/hour 12.00/hour $18.00/hour Compensation for ADDITIONAL ENGINEERING SERVICES shall be due and payable in monthly installments as billed per time expended during the preceding billing cycle. (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 C, hereunder. In the event the ENGINEER shall breach the contract hereunder, shall fail to perform the delineated tasks hereunder, or shall not perform the contract in a manner suitable to the OWNER, the OWNER may terminate this contract by written notice, effective at the time of receipt of notice by the ENGINEER. In such event, all notes, calculations, drawings, specifications and all other data developed and accumulated by the ENGINEER pertaining to the work hereunder shall be released to the OWNER for the OWNER's disposition. Compensation due 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 E - 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 F - ACKNOWLEDGEMENTS In executing this contract the ENGINEER acknowledges that he has visited the site of the work, that he is familiar with conditions and characteristics of the site, and that he fully understands the nature, extent and character of (5) • • 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. 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. (6) • IN WITNESS executecl;by their e , (SEAL)e 5 WHEREOF, the parties hereto have executed, or caused to be duly authorized officials, this AGREEMENT in duplicate. • Type Name Olivia Kelly Title City Clerk Da>, � 0/ 7 a_i 1(SEAL) 4�,, eiLboo, '252.4.4 -%ATTEST: OWNER: City o ettevi e By �� Type Name Paul Noland Title Mayor Date ENGINEER: /6/1/17°L McClelland Consulting En:ineers, Inc. BYyii-,"(7ev Q- 7)1 aatelz.ce0 BY • Type Name Maurice A. McClelland Title Secretary -Treasurer Date /d 7/1 Z Title President Date /d`Z7/IZ (7) P. McCLELLAND CONSULTING ENGINEERS .INC. Environmental and Materials Testing Civil, Environmental and Chemical Engineerinc Consulting LITTLE ROCK FAYETTEVILLE JAMES E. McCLELLAND, P.E. FRED NIELSEN, R.L.S. October 5, 1982 Mrs. Ede Hogue Airport Manager City of Fayetteville P. 0. Drawer F Fayetteville, AR 72702 RE: Professional Engineering Services West Side Drainage and Pavement Project Dear Mrs: Hogue: In response to your request, we submit herein our proposal to provide the services referenced above. We offer to perform the surveying, site investigation, engineering, drafting, and preparation of two (2) copies of plans and specifications for a lump sum price of $950. This price assumes that we will receive extra compensation for additional sets of plans and specifications, as required, at the actual cost of reproduction. Even though the request for proposal did not address services for the observation of construction nor construction materials testing, we offer to provide those services as "additional services" on an hourly rate/unit price basis. We sincerely desire to perform this work in expanding/improving the facilities at Drake Field and hope that you and the Airport Committee will view our proposal favorably. If selected, we are prepared to begin the work immediately. Very t ly yours, Inv nny Quinn, cc: Don Grimes, City Manager 1810 N. COLLEGE AVE. P.O BOX 1223 J.E. McCLELLAND, P.E. • VERNON D. ROWE, P.E. • FAVETTEVILLE. ARKANSAS 72102476 TELEPHONES 150114434271 / 443.23n • • McCLELLAND CONSULTING ENGINEERS INC. Environmental and Materials Testing Civil, Environmental and Chemical Engineering Consulting UTTLE ROCK JAMES E. McCLELLAND. P.E. FRED NIELSEN, R.L.S. October 12, 1982 Mr. David McWethy Asst. City Manager City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702-F Re: Agenda Item; October 19th Board Meeting Engineering Contract, West Side Parking Area Dear David: FAYETTEVILLE -J.E. McCLELLAND. P.E. VERNON D. ROWE, P.E. Enclosed you will find two (2) copies of a proposed Contract between the City of Fayetteville and our firm. Engineering services offered therein pertain to drainage and pavement design relative to the west side parking area (between existing hangars and Highway 71). Please be kind enough to make consideration of this proposed Contract an agenda item for your next Board of Directors meeting scheduled for October 19, 1982. Questions regarding this matter may be referred to Mr. Wayne Jones, or the undersigned. Cordially, r P 414 n y Quin oord ator JQ/paa • cc: Ede Hogue, Airport Manager 1810 N. COLLEGE AVE. P.O. BOX 1272 FAYETTEVILLE, ARKANSAS 77702-1729 TELEPHONES 15011 443-4271 /013-2377 McClelland Consulting Engineers, Inc. P 0. Box 1229 1810 No College Ave. FAY.ETTEVILLE, ARKANSAS 72702 Phone (501) 443-4271 443-2377 TO City of Fayetteville P. O.Drawer F Fayetteville, AR 72701 GENTLEMEN: EM MUMMUMI, DATE 10/27/82 JOB NO. 82-154 NO. DESCRIPTION ATTENTION Olivia Kelly RE Agreement for Engineering Services for the Construction of drainage and pavement improvements to an existing gravel parking area on the west side of the Fayetteville Municipal Airport WE ARE SENDING YOU Attached 0 Under separate cover via • 0 Shop drawings 0 Prints 0 Plans O Copy of letter 0 Change order 0 Agreement the following items: 0 Samples 0 Specifications COPIES DATE NO. DESCRIPTION 1 10/19/82 82-154 Agreement for Engineering Services THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted C For your use 0 Approved as noted E As requested 0 Returned for corrections ❑ Resubmit ❑ Submit ❑ Return copies for approval copies for distribution corrected prints ❑ For review and comment 0 ❑ FOR BIDS DUE 19 0 PRINTS RETURNED AFTER LOAN TO US REMARKS COPY TO - M SIGNED It enclosures are not as noted. kindly notify us - nee r . FAYETTEVILLE, ARKA.NSAS P. D. DRAWER F OFFICE OF CITY CLERK 71701 October 22, 1982 Mr. Johnny Quinn, P.E. Project Coordinator McClelland Consulting Engineers, Inc. Post Office Box 1229 Fayetteville, Arkansas 72701 Re: Engineering Contract Drainage and Pavement Improvements West Side of Drake Field [5011 511-7700 Dear Mr. Quinn: Enclosed are two executed copies of the above -referenced contract. May I ask that you have them signed by Messrs. J.E. McClelland and Maurice McClelland. Please retain one executed copy and return the additional copy to my attention. Thank you for your assistance in this matter. /oak Enc. Sincerely, 0.6,66,12 et, IliWad Kelly Olivia A. Kelly City Clerk