Loading...
HomeMy WebLinkAbout105-83 RESOLUTIONRESOLUTION'NO a 105-83 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENTS TO THE CITY'S CONTRACTS WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR ENGINEERING SERVICES AT_DRAKE FIELD. BE IT°'RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE,.ARKANSAS. • That the. Mayor and City Clerkare hereby authorized and directed to execute amendmentssto the City's contracts with McClelland Consulting Engineers, Inc. for engineering services at Drake Field. A copy of the amendment"authorized for execution hereby is attached hereto, marked Exhibit "A" (1 - 4) and made a part hereof. PASSED AND APPROVED this 6th 1983. day of September APPROVED: (73;CLel AMENDMENT NO, 1 TO AGREEMENT FOR ENGINEERING SERVICES The AGREEMENT, made the 21st day of June, 1983, by and between the CITY OF FAYETTEVILLE, ARKANSAS and McCLELLAND CONSULTING ENGINEERS, INC., Fayetteville, Arkansas, is amended as follows: WHEREAS, the Federal Aviation Administration (FAA) is the primary funding source for referenced AIP 3-05-0020-04, and requires that a formal Preliminary Engineering Report be submitted in strict conformance with the AC 150/5100-14, and WHEREAS, the AGREEMENT FOR ENGINEERING SERVICES referenced hereinbefore does not address the formulation, assemblage, nor duplication of a formal Preliminary Engineering Report, WITNESSETH that the additional stipulations are hereby agreed: In accordance with Section C, of the original contract, the Owner directs the Engineer to formulate a Preliminary Engineering Report submitting two (2) copies each to the FAA and to the OWNER. As compensation the Engineer shall receive an additional one -thousand, one-hundred,fifty dollars ($1,150), bringing the Preliminary and Detailed Planning, Design and Construction Observation Fee to Forty-one thousand, one -hundred, fifty dollars ($41,150). The time of performance by the Engineer shall remain as set forth in the original AGREEMENT. - (SEAL) ATTEST: BySi- Type Name ary E. Griffin Title City Clerk Date September 7, 1983 (SEAL) OWNER: CITYAYE T$WIALE By • Type Name Paul R. Noland Title Mayor Date September 7, 1983 OWNER: ATTEST: McCLELLAND CONSUJaTING ENGINEER, INC. By ZytLlte GL Pl Type Name Maurice A. McClelland Title Secy-Treas. Date By Date me J. E. McClelland President 9F: AMENDMENT NO. 4 TO AGREEMENT FOR ENGINEERING SERVICES The AGREEMENT, made this 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 grading, base, paving and surfacing improvements for a service drive to serve the proposed FAA ATCT Site, and WHEREAS, the City of Fayetteville is the primary funding source for non -participating items of referenced Project No. 3-05-0020-03, and requires that a formal contract amendment be executed for said additional servicesconsidered as non -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 is required to provide a paved service drive to the proposed FAA facility. 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 - $1,100.00 Lump Sum 2. Construction Observation - $ 600.00 Lump Sum Additional construction materials testing is estimated to cost $350.00. (SEAL) ATTEST: By Type Name Maryiffin Title (SEAL) ATTEST: City Clerk 9/7/83 OWNER: CIByTY�AE% Type Name Paul R. Noland • Title Mayor 9/7/83 OWNER: McCLELLAND CONJSULTING ENGINEER, INC. By6/y c c� L ✓ h �C&ldeiJ By4 Type Name Maurice A. McClelland Typ Name J. E. McClelland Title Sec'y-Treas. T'tle President AMENDMENT NO. 1 TO AGREEMENT FOR ENGINEERING SERVICES The AGREEMENT, made this 18th day of January, 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 water and sewer lines to serve the proposed T -Hangers on the east side apron and WHEREAS, the City of Fayetteville is the primary funding source for non -participating items of referenced Project• No. 6-05-0020-11, and requires that a formal contract amendment be executed for said additional services considered as non -eligible for FAA funding,' WITNESSETH that the additional stipulations are hereby agreed: In accordance with Section C, 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 decided to proceed with these improvements to serve the proposed T -Hangar. 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 - $ 400.00 Lump Sum 2. Construction Observation - $ 200.00 Lump Sum Additional construction materials testing is estimated to cost $150.00. (SEAL) ATTEST. By 1 Type Name Title (SEAL) ATTEST: Mary Griffin City Clerk 9/7/83 OWNER: CITY/TE LE By Type Name Title OWNER: Paul R. Noland Mayor 9/7/83 McCLELLAND CONSULTING ENGINEER, INC. BY7411L424.crz /LZ1co-CXc,valgY .4zo Type Name Maurice A. McClelland T pe lame J. E. McClelland Title Secy-Treas. e President AMENDMENT NO. 5 TO AGREEMENT FOR ENGINEERING SERVICES The AGREEMENT, made this 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 Federal Aviation Administration (FAA) is the primary funding source for referenced AIP 3-05-0020-03,. and requires that a formal Engineering Report be submitted in strict conformance with the AC 150/5100-14, and WHEREAS, the AGREEMENT FOR ENGINEERING SERVICES referenced hereinbefore does not address the formulation, assemblage, nor duplication of a formal Engineering Report, WITNESSETH that the additional stipulations are hereby agreed: In accordance with Section C, of the original contract, the Owner directs the Engineer to formulate an Engineering Report submitting two (2) copies each to the FAA and to the OWNER. As compensation the Engineer shall receive an additional nine -hundred dollars ($900.00), bringing the Detailed Planning and Design and Construction Observation Fee to Twenty-nine thousand, eighty eight dollars ($29,088). The time of performance by the Engineer shall remain as set forth in the original AGREEMENT. (SEAL) OWNER: ATTEST: CITY FAYETT BY WIOAAA g 4 / , By /lJ.1 Type Name y Griffin Type Nene Title City Clerk (SEAL) ATTEST: By 9/7/83 Paul R. Noland Title Mayor 9/7/83 OWNER: McCLELLAND CON ULTING INC. L I0/Y4tfrZi . ,4)7 76iccf BY Type Name Maurice A. McClelland Title Sec'y-Treas. itle • ENGINEER, ame J. E. McClelland President TE OF ARKANSAS E TY OF FAYETTEVILLE CONTRACT ) ) AM 3-os-ooDo-- THIS AGREEMENT, made and entered into this' 9th day of September , 483 by and between the City of Fayetteville, Party of the First Part, ireinafter called the OWNER and APAC Arkansas Inc., McClinton -Anchor Co. ision Party of the Second Part, hereinafter called the CONTRACTOR. TNESSETH THAT: WHEREAS, the OWNER has called for bids for the construction of Airport rovements as set out in the Specifications and Plans No. 82-118 and • WHEREAS, the CONTRACTOR is the lowest and best bidder for the struction of said improvements hereinafter set out, pursuant to the lashed calls for bids under said Plans and Specifications. - NOW THEREFORE, the CONTRACTOR agrees with the Owner to commence and lete the construction of site preparation for Access Road, including site icavation, embankment, borrow, drainage pipe, box culvert, base, surfacing, ing, and other tasks as designated in the project Plans and Specifications rthe prices bid in the Proposal, based upon the estimated quantities, the til. being Two Hundred Seventy Thousand One Hundred Fifty One and 95/100 Bars ($ 270,151.95) to include bid items 1 through 24, 28 through 31, A-4, '5, A-6, and one each of A-7, also reduced quantities of items 10 and 12 for crushed stone and 21" of Bituminous Base, such sum being the agreed amount n which bonds and liabilities are based, and at his own cost and expense irnish all matals, supplies, labor, machinery, equipment, tools, ervision, bonds, insurance, taxes, permits, and other accessories and Brvices necessary to complete the said construction in accordance with the -conditions and prices stated in the Proposal attached hereto and made a part '.t+reof, and in accordance with the General Provisions and Specifications, and `In°accordance with the Plans,_which include all maps, plats, blueprints, and ether drawings, and written or printed explanatory matter hereof. The CONTRACTOR agrees to fully complete all work under this Contract rithin 90 calendar days The OWNER agrees to pay the CONTRACTOR in current unds for the performance of the Contract in accordance with the accepted "roposal therefore, subject to additions and deductions, as provided in the ?ecifications, and to make payment on account thereof as provided below: • As soon as is practicable after the first of each calendar month, the OWNER will make partial payments to the CONTRACTOR for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the CONTRACTOR and accepted by the OWNER. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the OWNER until 50 percent project completion at which time no additional retainage will be retained without reasonable justification by the OWNER or his representative. Upon final completion and acceptance by the OWNER and ENGINEER, the ENGINEER shall then issue a Final. Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder, shall be and are essential conditions hereof. The CONTRACTOR agrees to commence the work within ten (10) calendar days from the date of the issuance of the Notice to Proceed, and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails to complete the contract within the time stipulated herein, the CONTRACTOR agrees to pay the OWNER, as liquidated damages, the sum of two hundred dollars ($200.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages the OWNER would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage the OWNER would sustain. Said amounts of liquidated :amages shall be deductible from any amount due the CONTRACTOR under Final Estimate of said work, after the completion thereof, and CONTRACTOR shall be .:ntitled only to the Final Estimate, less such amounts of liquidated damages. If the CONTRACTOR is delayed at any time in the progress of the work by icy act or neglect of the OWNER or' of his employees, or by any other :ONTRACTOR employed by the OWNER, or by changes ordered in the work, or by .trikes, lockouts, fire, unusual delay in transportation, unavoidable asualties or any causes beyond the CONTRACTOR's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the :ngineer shall decide to justify the delay, then the time of completion may be 'tended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven (7) _ys before a claim therefore is made in writing to the Engineer. In the case a continuing cause of delay, only one claim is necessary. In the event the CONTRACTOR abandons the work �lects or refuses to continue the work after ten (10) siren the CONTRACTOR by the OWNER or by the ENGINEER, 'rre the option of declaring this contract at an end, `•'+ER shall not be liable to the CONTRACTOR for any work hereunder or fails, days written notice, then the OWNER shall in which event, the theretofore performed Contract - 2 • • . • • • • hereunder; or requiring the surety hereto, upon ten (10) days notice, to Complete and carry out the contract of the CONTRACTOR, and in that event, should the surety fail, neglect or refuse to carry out said contract, said OWNER may complete the contract at its own expense, and maintain an action Against the CONTRACTOR and the surety hereto for the actual cost of same; .together with any damages or other expense sustained or incurred by the OWNER to completing this contract less the total amount provided for hereunder to be paid the CONTRACTOR, upon the completion of this Contract. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals respectively. ,WITNESSES: ATTEST: Lam.. Mary'E. driffin(City C • APAC Arkansas Inc. FIRM NAME: McClinton -Anchor � Division BY: f� � M t�7`� ?U�r stvr (T ayetteville le k s Paul Nolad Ma.Y or) ear = TM NitcP.LciLANP Contract - 3 APAC•Arkansas, Inc. • McClinton -Anchor Division • 240 North Block Street • P.O. Box 1367 Fayetteville, Arkansas 72701 • (501) 521-3550 CHANGE ORDER CITY OF FAYETTEVILLE, ARKANSAS BID NO. 536 TYPE 4 .SURFACE AND PATCHING AT DRAKE FIELD SEPTEMBER 7th, 1983 MCCLINTON:ANCHOR COMPANY SUBMITS THE FOLLOWING PRICES FOR ADDITIONAL WORK AT DRAKE FIELD: 1) TYPE 4 SURFACING 42 TONS @ $33.50 2) PHILLIPS PETROMAT 67 S.Y, @ 1.25 ............ . $1,407,00 TOTAL AMOUNT FOR CHANGE ORDER NO. ONE 33.75 ACCEPTANCE CITY OF FAYETTEVILLE, ARKANSAS DON GRIMES, CITY MANAGER RL/ j h $1,490.75 MCCLINTON-ANCHOR COMPANY DIVISION OF APAC-ARKANSAS, INC. R EN LINER JR. VICE-PRESIDENT G