Loading...
HomeMy WebLinkAbout167-90 RESOLUTION• • RESOLUTION NO. 'W7-qn $ A RESOLUTION APPROVING A ENGINEERING CONTRACT WITH MCCLELLAND ENGINEERS FOR WORK RELATING TO THE 36 INCH TRANSMISSION LINE PROJECT. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute the basic engineering contract with McClelland Consulting Engineers, Inc for work relating to the 36 inch transmission line project from the Beaver Water Treatment Plant. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. { PASSED AND APPROVED this 14 s . $ATTEST: `.C. By2cz Cityl-C14k, =.:z ,11.1.1 • 6th day of November APPROVED: , 1990. By: 74/// Mayor AGREEMENT TO FURNISH WATER SYSTEM ENGINEERING SERVICES TO THE CITY OF FAYETTEVILLE, ARKANSAS BASIC AGREEMENT This Agreement made this 6th day of November , between the firm of McClelland Consulting Engineers, Inc., hereinafter referred to as the ENGINEER, and the City of Fayetteville, Arkansas, hereinafter referred to as the OWNER, wherein the ENGINEER agrees to provide certain engineering services as defined in Article 1 and for the consideration defined in Article 2, in conformance with the schedule set forth in Article 3 herein. ARTICLE 1 The OWNER has selected the ENGINEER to provide certain water system engineering services to the OWNER. These services, when requested by the OWNER, shall be described in specific TASK ORDERS which will describe the specific project involved and will become a part of this AGREEMENT after execution by both parties. The services to be provided by the ENGINEER are anticipated to include but not necessarily to be limited to the development of detailed designs, plans, drawings, cost estimates, specifications, bid solicitation, and construction observation/administration related to the construction of a portion of a large diameter water transmission main from the Beaver Water District (BWD) treatment plant to the Fayetteville water distribution system; and water storage facilities for the City of Fayetteville. • ARTICLE 2 The compensation for: services. Ito be, provided. will be determined under each TASK ORDER, based upon a negotiated scope of work. It is understood, however, that the ENGINEER will perform approximately one-half of the engineering services (based upon fee) for the overall project, which 'includes the overall design, detailed' design, and construction phase services for the large diameter transmission main between BWD and Fayetteville, the Fayetteville storage improvements, and ancillary 'services pertaining to the overall project. ARTICLE 3 The ENGINEER shall provide said services in conformance with a time schedule which shall be set forth in each TASK ORDER, as applicable. ARTICLE 4 Payments to the ENGINEER for services provided as generally described in Article 1 is to be made within 30 days after date of billing. The amount due will be for services rendered during the previous month unless prescribed differently in the TASK ORDER. EXHIBIT A • ARTICLE 5 It is further mutually agreed by the parties hereto: 5.1 That, the OWNER will designate a representative to direct and coordinate the ENGINEER's effort who will be the only source of instructions to the ENGINEER and who shall have the authority to interpret the OWNER's policy as necessary to maintain the ENGINEER's work schedule, administer the Agreement, and certify the ENGINEER's payment request. 5.2 That, the OWNER shall make available to the ENGINEER all technical data in the OWNER's possession, including maps, surveys, borings, and other information required by the ENGINEER and relating to his work. 5.3 That, the estimates of cost for the projects provided for herein are to be prepared by the ENGINEER through exercise of his experience and judgement in applying presently available cost data, but it is recognized that the ENGINEER has no control over cost of, labor and materials conditions, so he cannot warrant that the project construction costs will not vary from his cost estimates.' 5.4 That, the ENGINEER's payroll 'cost is defined as the cost of salaries of engineers, draftsmen, stenographers, surveyors, clerks, laborers, etc., for time directly chargeable to the project, plus Social Security contributions, employment compensation insurance, payroll taxes, retirement benefits, medical and insurance benefits, sick leave, vacation, bonus, and holiday pay. 5.5 That, the ENGINEER's Reimbursable Expenses are defined as the costs incurred on or directly for the Project, other than the payroll and general overhead costs. Such expenses shall be computed on the basis of actual purchase price plus eight percent (8%) for items obtained from commercial sources and on the basis of usual commercial charges for items provided by the ENGINEER. Direct expenses shall not include transportation costs except when it becomes necessary to travel outside of the Northwest Arkansas area. 5.6 That, in soils investigation work and in determining subsurface conditions for the Project, the characteristics may vary greatly between successive test points, and sample intervals. The ENGINEER will perform this work in accordance with generally accepted soils engineering practices and makes no other warranties, expressed or implied, as to the professional advice provided under the terms of this Agreement. 5.7 That, the ENGINEER shall maintain a level of competency presently maintained by other practicing professional engineers in the same type of work in the middle southwestern United States, for the professional and technical soundness and accuracy of all designs, drawings, specifications, and other work and materials furnished under this Agreement. 4 • • 5.8 That, either party may terminate this Agreement at any time by a notice in writing to the other party. If the Agreement is terminated as provided herein, the ENGINEER will be paid for services actually performed; the amount of said payment shall bear the same ratio to the total compensation specified in the executed task orders as the services actually performed bear to the total services of the ENGINEER covered by the executed task orders, less payments of compensation previously made. 5.9 That, the OWNER may, from time to time, request changes in the scope of. the services of the ENGINEER to be preformed hereunder. Such changes, including any increase or decrease in the amount of the ENGINEER's compensation, which are mutually agreed upon by and between the OWNER and the ENGINEER, shall be incorporated in written amendments to this Agreement. 5.10 That, the OWNER, shall pay for all costs of publishing advertisements for bids and for obtaining permits and licenses that may be required by local, State, or Federal authorities and shall secure the necessary land, easements and rights-of-way as described by the ENGINEER. 5.11 That, all claims, counter -claims, disputes and other matters in question between the OWNER and the ENGINEER arising out of or relating to this Agreement or in the breach thereof, will be decided by arbitration only if both parties hereto specifically agree to the use of arbitration in regard to the individual matter in dispute. 5.12 That, in the event of any legal or other controversy requiring the services of the ENGINEER in providing expert testimony in connection with the Project, except suits or claims by third parties against the OWNER arising out of errors or omissions of the ENGINEER, the OWNER shall pay the ENGINEER for services rendered in regard to such legal or other controversy, on a basis to be negotiated. 5.13 That, visits to the construction site and observations made by the ENGINEER as part of his services shall not relieve the construction contractor(s) of his obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, and shall not relieve the construction contractor(s) of his full responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions needed to execute construction and inspection. 5.14 That, the ENGINEER shall provide on-site observation personnel and will make reasonable efforts to guard the OWNER against defects and deficiencies in the work of the contractor(s) and to help determine if the construction contract has been fulfilled. Their day-to-day observation will not, however, cause the ENGINEER to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing the construction work in accordance with the Contract Documents. 5.15 That, the ENGINEER has the right to subcontract services; however, the OWNER has the right to reject Subcontractors who perform work on the project in excess of $5,000. 5.16 All documents including drawings, specifications, estimates, field notes and other data pertaining to the work or to the project shall become the property of the OWNER. The OWNER shall not be restricted in the subsequent use of the design, design documents or ideas incorporated in the work. However, the ENGINEER shall bear no responsibility for such reuse of the design unless specifically agreed to in writing. 5.17 That, this Agreement is to be binding on the heirs, successors, and assigns of the parties hereto and is not to be assigned by either party without first obtaining the written consent of the other. ARTICLE 6 IN WITNESS. WHEREOF, the parties hereto each herewith subscribes the same in triplicate: FOR THE CITY 0)FAYETTEVILL BY:.0.‘L‘./.7,40-49-45//6 'l/ s` (Vane) (M or) +l (/ ti '"0.. ARKANSAS ,ATTEST: .J. ....,.... .c:c...7. .:-: -,(„--x z 776.7 FOR. kir"- BY NGINEE.T (Name) ATTEST (Vice President) AIL • MJCROFIL 1/40 OWNER'S Project No. 90007-2010 Project: CONTRACT AMENDMENT NO. 1 Dated: April 12, 1993 A. AL/. ' 43 ENGINEER'S Project No. FY902103 Fayetteville Water Transmission and Storage ENGINEER: McClelland Consulting Engineers, Inc. Contract For Water Transmission Main and Storage Facilities Contract Date: November 6, 1990 To: McClelland Consulting Engineers, Inc. Engineer You are authorized to provide the amended scope of services noted below in the subject Contract: OWNER: City of Fayetteville By: %/ ? , 1993 Nature of the Changes: Provide additional engineering services as necessary due to the relocation of water storage tank site. Enclosures: Letter of Request,; dated August 31, 1991 These changes result in the following adjustment of Contract Price and Contract Time: Contract Price Prior to This Amendment Net Increase Resulting from this Amendment Current Contract Price Including This Amendment $ 741,577.00 $ 11,203.74 $ 752,780.74 The Above Changes Are Accepted: MCCLELLAND CONSULTING ENGINEERS, INC. ENGINEER By: (1 wL) ✓`x Date: , 1993 PROJECT: 3 211' CITY OF FAYETTEVILLE REVIEW FORM tA:a7er L,h e T'hks PROJECT MANAGER: S/ /✓orba.SA DEPARTMENT/DIVISION: Cnjfnten n75 / j2 b edorh5 Please review the attached contract and/or change order between the City of Fayetteville and Mc. Cie //a," " tem six / any, nee rs Approval Signature City Attorney Purchasing Manager Budget Coordinator Internal Auditor Date Comments ADA Coordinator i211^\I,5 " `�• Ace- ,u.wtMa+kader L"%tit4).6 Department Director A d m tni strattv}. Services Mayor Li u3wa.)...A a-..so-sisoB-oo o,1•'3 'Ai 4C it il0113 OVAT irector b v \ etntui il--/513 /t6/3 C� Dt,.il_1 NOV 7.•- A 6 FAYETTE`I LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Kevin Crosson, Public Works Director Thru: Don Bunn, City Engineer From: Sid Norbash, Staff Engineer �..✓ Date: November 2, 1993 Re: 36" Water Transmission Line and Tanks - Amendment to the Engineering Contract with McClelland Consulting Engineers In reference to the above mentioned project, some extra work was necessitated by the change in tank sites from the originallsite, listed in the Water System Study, to the final tank site location determined later. This change was made to avoid costly condemnation of the selected site, and to take advantage of the availability of an alternate site which resulted in a favorable settlement. The extra work involved surveying , aerial photography, evaluation of tank sites, access road design, and alternative waterline routing studies. a The Engineering Staff has been considering adding steel, and concrete pipes as other alternates to the design of the second phase of this project, and there are additional engineering fees involved with this change which will require a second amendment to the contract. Since there is a second amendment involved, it was mutually agreed upon by McClelland and the City Engineering Staff to take both amendments at the same time before the council for approval. However, the addition of steel pipe and the cathodic protection questions are still being addressed by the engineering staff and may be a while until final conclusions are drawn. McClelland has requested that Amendment Number 1 be approved separately and payment be made at this time. Since the amount of the request is under $20,000, this request is being submitted for the Mayor's approval. Amendment Number 2 will be submitted for approval at a later date should it materialize. Attached please find Amendment Number One to the Engineering Contract with McClelland Consulting Engineers, along with the explanation for the extra expenses. This amendment is in the amount of $11,203.74 and is for the extra engineering work performed by McClelland. The Staff has reviewed the documents, and it is our recommendation that McClelland be paid the $11,203.74 for the extra engineering involved, which was not part of the original scope of the contract. The funds for this contract amendment are available from the Water & Sewer Fund, from unobligated monies budgeted for the 36" Water Transmission Line Project. SN/sn attachments • McClelland Consulting Engineers, Inc. P. 0. Box 1229, Fayetteville, Arkansas 72702-1229 (501) 443-2377 FAX (501) 443-9241 August 31, 1992 FY902103 Mr. Don Bunn City Engineer City of Fayetteville 113 West Mountain Fayetteville, AR 72701 RE: Request for Additional Compensation. Water Transmission/Storage Project. Dear Mr. Bunn: Reference is made to the recent meeting convened in our office to discuss the tentative schedule for bidding/constructing the project captioned above. You may recall that I mentioned to you the likelihood that our firm would be requesting additional fees for work/materials beyond those upon which our price proposal was based. The extra work can be categorized as follows: 1. Additional aerial photography - $ 4,700.00 2. Additional access road design - $ 4,858.84 3. Evaluation of alternative tank sites, pipelineroutes, and access road routes - $ 912.74 4 Additional boundary surveying for alternative tank site - $ 732.16 TOTAL ADDITIONAL FEE REQUESTED $11,203.74 Further elaboration/justification for this request is as follows: 1. Additional Aerial Photography: The original tank site access road and pipeline access route had already been photographed, so that plan sheets could have been prepared for the tank site topo, pipe line route and access road route. When the tank site was subsequently moved, it became necessary to order new aerial photography, and due to the longer access road (3,744 ft designed vs 1,300 ft to the original site) it was necessary to have more aerial plan sheets prepared for the access road plans. A total of $7,400 was expended for the required aerial photography work. Of this, $4,700 is estimated to be due to having to re -fly the site and prepare extra sheets. In other words, MCE would have expected to spend approximately $2,700 on photo plan sheets produced from the aerial photography on the original site. Conclusion: $4,700 Additional Direct Expense for Aerial Photo and Plan Sheet Work. Mr. Don Bunn August 31, 1992 City of_Fayetteville Page 2 2 Additional Access Road Design: The original site was to be accessed by a 1,300 foot roadway, most of which was to follow an existing private drive. Instead, the final site actually required that a 3,744 foot road be designed through an undeveloped area. Actual engineering design time on this particular part of the project was 66 hours. Based on the footage ratio of the 1,300 LF/3,744 LF, 43 hours should be allocated for the extra roadway length. The contractual Hourly Rate Schedule (Exhibit A) lists $42.28 for "Civil Engineers", therefore, the additional road design costs (please note that only reimbursement of "costs" are being requested; no mark-up for additional. profit) are: 43 x $42.28 = $1,818.04. The access road drawings required 4 plan sheets to illustrate the 3,744 foot road. The original roadway of 1,300 feet could have been drawn on 11/2 sheets. AT MCE's historical average of 16 hours drafting per sheet, the total extra time for drafting would be 40 hours. The work was done by a senior draftsman at $31.58/hr for a cost of $1,263.20 (40 x $31.58 = $1,263.20). Additional plan review time for the access road by the Project Manager required 4 hours @ $62.90 = $241.60. Additional survey time for the access road was estimated. MCE had originally allowed for a 2,000 foot roadway survey at a surveying fee of $1,750. (The actual footage surveyed was 3,744. Therefore, on prorated footage basis, the extra surveying costs amounted to approximately $1,526.00. ($1,750/2,000 LF x $3,744 LF = $3,276; $3,276 - $1,750 = $1,526)). Total Access Road Additional Costs Design $1,818.04 Drafting 1,263.20 Plan Review 251.60 Surveying 1,526.00 Sub -Total $4,858.84 3 Evaluation of Alternative Tank Sites, Pipeline Routes, and Access Road Routs. Hours charged as "Additional Work" concerning evaluation of alternative tank sites, alternative pipeline routes, alternative access road routes: • Mr. Don Bunn City of Fayetteville Principal Engineer Project Manager Chief Draftsman Senior Draftsman August 31, 1992 Page 3 6 hrs @ $82.22/hr 5 hrs @ $62.90/hr 1 hr @ $41.76/hr 2 hrs @ $31.58/hr Sub -total $493.32 $314.50 = $ 41.76 = $ 63.16 $912.74 4.. Additional Boundary Surveying for Alternative Tank Site. Due to the new tank site being more heavily wooded. and more remote from established surveying monuments, an additional 11 hours was required for a 3 -man survey crew, resulting in a cost increase of $732.16 (11 x $66.56 = $732.16). We have based our request upon the Hourly Rate Schedule of costs (not including profit) in Exhibit A of our Contract. No "mark-up" on additional aerial photography is being requested. We trust that youwillfind our request tobe reasonable and will instruct us regarding the preferred approach to formalizing an agreement for additional compensation (for instance, we can prepare an additional Task Order for this work if need be.) Certainly, we are available at your convenience to discuss this matter further. Meanwhile, we have appreciated the cordial assistance offered by your staff throughout this project and look forward to successfully completing our work in a timely manner. Sincerely yours, McCLELLAND CONSULTING ENGINEERS, INC. C. Quinn, P.E. Vice President JCQ/rw