Loading...
HomeMy WebLinkAbout20-96 RESOLUTION• • • • • RESOLUTION NO. 20-96 • A RESOLUTION APPROVING AN AGREEMENT IN THE AMOUNT OF $112,886, PLUS A 10% CONTINGENCY OF $11,289, TO MCCLELLAND CONSULTING ENGINEERS, INC., FOR ENGINEERING SERVICES FOR RECONSTRUCTION OF 24TH STREET. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby approves an agreement m the amount of $112,886, plus 10% contmgency of $11,289, to McClelland Consulting Engineers, Inc., for engineering services for reconstruction of 24th Street, and authonzes the Mayor and City Clerk to execute same A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 20th day of February , 1996. ATTEST: By: Vel - VQ/Led/ Traci Paul, City Clerk • o 11110111111104 • APPROVED: By: Friatie,„. • • • • EXHIBIT A CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this ?o day of Fedrua7 , 1996, by and between the City of Fayetteville acting by and through its Mayor hereinafter called the "OWNER" and McClelland Consulting Engineers, Inc. with offices in Fayetteville, Arkansas, hereinafter called the "ENGINEER". WITNESSETH: Whereas, the "OWNER" is planning to reconstruct 24th Street from School Avenue to the vicinity of Ravenswood Lane; and Whereas the "OWNER'S" forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; and Whereas, the "ENGINEER'S" staff is adequate and well qualified and it has been determined that its current work load will permit completion of the plans for the project on schedule; Now therefore, it is considered to be in the best public interest for the "OWNER" to obtain assistance of the "ENGINEER'S" organization in connection with said engineering services. In consideration of the faithful performance of each party of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows: FY962102:ENGAGR:jm • • • • SECTION I - EMPLOYMENT OF ENGINEER The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER" agrees to perform, professional engineenng services in connection with the project set forth in the Sections to follow; and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, as specified in the Sections to follow as full and final compensation for work accomplished in the specified time. SECTION II - DESCRIPTION OF THE PROJECT Reconstruction of 24th Street providing a 31' (B/C-B/C) paved section with curb and gutter, sidewalk and drainage section improvements meeting the "OWNER'S" present pavement and drainage design cnteria. Roadway realignment, and utility relocation and pipeline crossings are included in project scope. Major utility relocation of 24 -inch parallel water line is not in the basic scope of services. SECTION III - INFORMATION & SERVICES The "OWNER" will fumish any specifications, standards and other information which may relate to the project including GPS survey data. Aerial mapping data will be provided, free of charge, to the ENGINEER on magnetic media. FY962102'ENGAGR:jm -2 • • • SECTION IV - SERVICES TO BE FURNISHED BY THE "ENGINEER" DURING "DESIGN" PHASE The project will be designed and constructed to meet local street standards in accordance with the "OWNER'S" pavement design and drainage cntena. Construction specifications shall be based on "Standard Specifications for Highway Construction Edition 1993 of the AHTD" and latest special provisions and City of Fayetteville Specifications. The design concept with regard to street alignment, pavement section, geometncs, detours, nght-of-way, and utility relocation shall be submitted by the "ENGINEER" (in the form of a Preliminary Engineering Assessment) and approved by the "OWNER" pnor to beginning design work. The "ENGINEER" shall provide all field survey data from field work for designing the project and this shall be tied to the "OWNER'S" GPS control network. The ENGINEER" shall be responsible for obtaining, interpreting and evaluating geotechnical data for pavement design and embankment stability. The "ENGINEER" shall conduct preliminary design and prepare preliminary construction limits, required right of way, ownership map, perform all needed stability analyses, design of detours where needed, and preparation of maintenance of traffic plans detailing needed signing and striping during construction, as well as for permanent application after the completion of street construction. FY962102ENGAGR:jm -3 • • • The "ENGINEER" shall provide surveying, mapping, and related services as required to prepare Right-of-Way/Easement documents for the "OWNER'S" use in acquisition activities. The "ENGINEER" shall furnish plans to all utility companies affected by the project and shall conduct a coordination meeting among all affected utility companies to enable them to develop utility agreements regarding any necessary utility relocations. During the "design" phase of the project, the "ENGINEER" shall conduct final designs to prepare construction plans and specifications including final construction details and quantities, special provisions, cost estimates, make final field inspection with "OWNER", make any needed plan changes as a result of the final field inspection and all other work required to advertise and receive bids. Pnor to the start of construction, the "ENGINEER" shall establish benchmarks for elevation control and tie layout work to Fayetteville's GPS and provide centerline construction reference points/alignment at all PCs, PTs, and at 4 POTs for the proposed roadway. SECTION V - COORDINATION WITH "OWNER" The "ENGINEER" shall hold conferences throughout the design of the project with representatives of the "OWNER" to the end that the design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be consistent with the current policies and construction practices of the "OWNER". The "OWNER" reserves the right to accept or reject FY962102:ENGAGR:jm -4 • any or all plans, but this stipulation will not relieve the "ENGINEER" of responsibility for the design of the project. SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK Review of the work as it progresses under this Agreement shall be made at the "OWNER'S" City Engineer's office. SECTION VII - PRELIMINARY SUBMISSION The "ENGINEER" shall submit three (3) sets of preliminary plans and three (3) copies of the final plans for field inspections. SECTION VIII - FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations B. The originals of all drawings, specifications and contract documents. All design drawings on magnetic media shall be submitted on disks compatible with AutoCAD Release 12 software. C. The estimated cost of construction and a detailed estimate of time in calendar days required for completion of the contract. SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND "CONSTRUCTION" PHASES FY962102:ENGAGR:jm - 5 • • During the "Bidding" phase of the project, the "ENGINEER" shall provide all engineering and administrative services needed to obtain bids for the construction project, evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of the best bidder. Dunng the "Construction" phase of work, the "ENGINEER" shall provide administrative and engineering services including resident construction observation services to determine whether the Contractor has met the requirements of the design plans and specifications. The "ENGINEER" shall review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted, and shall make a recommendation to the "OWNER" regarding payment. SECTION X - SUBCONTRACTING Subcontracting by the "ENGINEER" of any of the services provided herein, other than the subcontract with (not applicable) as attached to this Agreement shall require prior approval by the "OWNER" SECTION XI -.TIME OF BEGINNING AND COMPLETION The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to proceed and shall complete the plans for the construction contract within 85 calendar days. The above completion time is predicated upon the fact that the "OWNER" will cause to be processed approvals of interim work in an expeditious manner (5 working days per submittal). FY962102'ENGAGR:jm -6 SECTION XII - FEES AND PAYMENTS A. "Design" Phase Services: For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work - time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 176% of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1) "Design" phase services, "surveying services", and preparation of the Ownership Map/Right-of-Way Plan Costs not to exceed: $44,720 2) Fixed fee for "Design" services: $ 5,366 3) Engineering contract amount for "Design" phase services not to exceed: $50,086 The basis of this upper limit and justification for the fee is contained in Appendix "A" attached hereto. Adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. FY962102•ENGAGR:jm • • • Appendix "B" covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the "Engineer'. Final payment for Design services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Design" phase for the project. B. "Bidding" Phase Services: For "bidding" phase services rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 176% of direct labor costs ( plus direct reimbursable expenses associated with the project), plus a fixed fee which are as follows: 1) "Bidding" phase services costs not to exceed: $1,996 2) Fixed fee for "Bidding" services: $ 240 3) Engineering contract amount for "Bidding" phase services not to exceed: $2,236 Final payment for "Bidding" phase services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Bidding" phase of the project. FY962102:ENGAGR:jm -8 • • C. "Construction" Phase Services: For "Construction" phase services rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 176% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed fee which are as follows: 1) "Construction " phase services costs not to exceed: $35,459 2) Fixed fee for "construction" phase services: $ 4,255 3) Engineering contract amount for "Construction" phase services not to exceed $39,714 (based upon an assumed construction penod not to exceed 150 calendar days.) Final payment for "Construction" phase services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "construction" phase of the project. D. "Geotechnical Investigation" Services: For geotechnical investigative services associated with design, the "OWNER" shall pay the "ENGINEER" on the basis of hourly rates and unit prices set forth in Appendix "C" a fee not to exceed $4,765. The basis of this upper limit and justification for the fee is contained in Appendix "D", attached hereto. FY962102•ENGAGRIm E. "Special" Services: For "Special" services, such as preparation of detailed construction staking, the "OWNER" shall pay the "ENGINEER" easements and/or as follows: 1) For 'Easement" preparation services, the "OWNER" shall pay the "ENGINEER" an estimated fee of $5,000, with the final negotiated fee for easement preparation to be determined after the completion of an Ownership Map and Preliminary Engineenng. 2) For "Construction Staking" services, if authorized in wnting separately from this Agreement, the "ENGINEER" shall establish roadway centerline rough grade staking with offset staking on one side at 100 -ft. stations, establish curb and gutter staking on both sides at 100 -ft. stations along tangents and 50 -ft. stations along curves, and perform drainage structures staking. This construction staking is to be performed by the "ENGINEER" one time only, with additional staking to be the responsibility of the Contractor . For this work, the "OWNER" shall pay the "ENGINEER" on the basis of actual salary cost for work -time directly connected with construction staking, plus payroll additives and general overhead costs of 176% of direct labor costs, plus direct reimbursable expenses, plus a fixed fee payable as follows: a) "Construction Staking" costs not to exceed: $ 9,897 b) Fixed fee for "construction staking": $ 1,188 c) Engineenng contract amount for "construction staking" services not to exceed $11,085 FY962102:ENGAGR1m - 10 • SECTION XIII - CHANGES The "OWNER" may at any time, by written order, make changes within the general scope of the contract in the work and services to be performed. If any such change causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly. Any claim by the "ENGINEER" for adjustment under this clause must be asserted with thirty (30) days from the date of receipt by the "ENGINEER" of the notification of change; provided, however, that the "OWNER", if it decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to the date of final payment under this contract. Failure to agree to any adjustment shall be cause for a dispute concerning a question of fact within the meaning of the clause of this contract entitled SECTION XVII - MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse the "ENGINEER" from proceeding with the contract as changed. SECTION XIV - OWNERSHIP OF DOCUMENTS All documents, including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of the "OWNER" The "ENGINEER" may retain reproduced copies of drawings and copies of other documents. FY962102:ENGAGR:jm -11 • • SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT It is understood that the "OWNER" will have the right to suspend or cancel the work at any time. A. Postponement - Should the "OWNER", for any reason whatsoever, decide to postpone the work at any time, the "OWNER" will notify the "ENGINEER", who will immediately suspend work. Should the "OWNER" decide during such suspension not to resume the work, or should such suspension not be terminated within a year, the work shall be cancelled as hereinafter provided. B. Cancellation - Should the "OWNER", for any reason whatsoever, decide to cancel or to terminate the use of the "ENGINEER'S" service, the "OWNER" will give wntten notice thereof to the "ENGINEER", who will immediately terminate the work. If the "OWNER" so elects, the "ENGINEER" may be instructed to bnng a reasonable stage of completion to those items whose value would otherwise be lost. The "ENGINEER" shall tum over all data, charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of the "ENGINEER'S" services, the "ENGINEER" shall be paid on an proportional amount of the total fee, Tess prior partial payments, based on the ratio of work done to the total amount of work to be performed. FY962102:ENGAGR:jm -12 • • SECTION XVII - MISCELLANEOUS PROVISIONS 1. Dispute resolution - Any dispute concerning a question of fact in connection with the work and having a financial value of $10,000, or less, shall be referred for determination to the Mayor of the City of Fayetteville whose decisions in the matter shall be final and conclusive. Disputes resulting from claims greater than $10,000 shall be subject to mediation. 2. Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the "OWNER" from all claim and liability due to its (the "ENGINEER'S") activities, or those subcontractors, its agents, or its employees during the time this contract is in force. 3. General Compliance with Laws - The "ENGINEER" shall comply with all federal, state and local laws and ordinances applicable to the work. It shall be a professional engineer, licensed in the State of Arkansas. 4. Engineer's Endorsement - The "ENGINEER" shall endorse and recommend all plans, specifications, estimates and engineering data finished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. FY962102:ENGAGR:jm -13 • • SECTION XVIII - SUCCESSORS AND ASSIGNS The "OWNER" and the "ENGINEER" each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Agreement, except as above, neither the "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its interest in this Agreement without wntten consent of the other. Nothing herein shall be construed as creating any possible personal liability on the part of any officer or agent of any public body which may be party hereto. SECTION XIX - COVENANT AGAINST CONTINGENT FEES The "ENGINEER" warrants that it has not employed or retained by company or person, other than a bonafide employee working solely for the "ENGINEER", to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the "ENGINEER", any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the "OWNER" shall have the right to annul this contract without liability. FY962102:ENGAGR:jm -14 • IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of the date and year first herein written. CITY OF FAYETTEVILLE By: ATTEST: k 2, A. Qt City Clerk how__ • M-! • r •, ........ , cJ McCLELLAND CONSULTING ENGINEERS, INC. By: FY962102.ENGAGR:jm , Vice President -15 APPENDIX "A" D ,|/12 | a a 2 s ' q■q£■© ` 7 !»- ®| OTHER nip FXP 8 ,$ 3(10- 75 I. 2 \ 0 CONST FN R I rl FR , to r- , - § t -L co co .yRE�.�. .- -- 12 to, cma et 8 4 . . . I DRFT. iID' CADD TFrIl , . §§ 1 40 1 �:12 em - aP cv co tv, WO o || , . e�- �, ,02�,-��,-WV�el . eoe=,-.o 62,- ,W W |§ ." """ 0. 2 " 2 . ",,_,",."„",". Fi,,...-- ,.,, .,�. t I al: 0112:1.:0 HRLY. RATE TASK DESCRIPTION - '.CONTRACT NEGOTIATIONS PRE -DESIGN MEETING WITH OWNER NOTICE TO PROCEEDIBEGIN DESIGN WORK EXECUTE CONTRACT SCHEDULING & BUDGETING IDENTIFY/LIST PROJECT COMPONENTS___ _ DEVELOP DESIGN CRITERIA FOR COMPONENTS PRELPAINARY ASESSMENT Plan, Profile B Goss Section Dralnaoe and Detours I | ! ! } Initial ROW/Easement Mao Meeting MN Owner PLANNING FOR FIELD SURVEYS I NOTIFY UTILITY COMPANIES TO MARK THEIR FACILITIES UTILITY COMPANIES TO MARK THEIR FACILRIES EXECUTION OF FIELD SURVEYS _ FIELD WORK NOTE REDUCTION/DRAFTING PRELIMINARY DESIGN i °| /)/ T mIcal Section d� \ Utility relocations Trate° Control Plans (3) Erosion Corsro1 Plans (3) OUTLINE SPECIFICATIONS PRELIMINARY COST ESTIMATE PRELIMINARY ENGR REPORT with Plana (3 Natal OA REVIEW OF PRELIMINARY ENGR. REPORT :OWNERS REVIEW OF PRELN9NARY ENGR REPORT & PUNS !DETAILED DESIGN | |// Plan and Profile Sheets (3) !2,! a ! ) f | Erosion Control DETAILED COST ESTIMATES PROJECT MANUAL front-end documents 1 | 0 \ aA REVIEW OF DETAILED DESIGN RE-EVALUATE SCHEDULE & BUDGET OWNER'S REVIEW with FIELD REVIEW _ .REVISIONS TO PLANS & SPECIFICATIONS REEVALUATE SCHEDULE A BUDGET / § p !.} |e/ enw| CO,_ 0 |.!m | Detail Sheets (31 ! §, -,.....����,....�.�E"P�74n,M.,g;e4SXA,P)R,g; �7 ,,,,:,,8;:2, EXTENDED COST |rEE q62!| | f `N 2g» % | » 0 \ 9° # 2i R ■ DIR/MGR ENGR. I ENPLS SURV. CA00 ORE/. SR. JR. CONST CORSI GR TECH. I SURV. SURV. CREW TECH. SUPV. DRFT DRFT CLER ENGR. OBSER \ E vena i- i-- N§. i 460 .t a it a34m 40 ri , 8 ea 51& re gag k ...l- %! §f LZ |( ) /}§§ ROUGH STAKING OF CENTERUNE 8 OFFSET STAKING AT STAKING DRAINAGE PIPE AND STRUCTURES STAKING CURB AND GUTTER a 100 FT. 8 V 50 FT. IN CURVE [T asRTR110TION STAKING PHASE SUsteT&L . � FINAL EASEMENT PREPARATION DEVELOP FINAL RIGHT -OF -WAV MAP/EASEMENT PLAN PREPARE INDIVIDUAL EASEMENT PIANS N ,$} �•||I Q ..� '00t 4 12 | !| Q0 /- RE-EVALUATE SCHEDULE B BUDGET RECOMMEND AWARD OF CONTRACT DECISION RY OWNER TO AWARD CONTRACT II wcuF NOTICE OF AWARD TO CONTRACTOR t} . 3 / REVIEW RONDSANSURANCE DOCUMENTS PRECONSTRUCTION CONFERENCEMOTICE TO PROCEED I rnucTPi trrine4 PFRCIDI 15O dimer Oen 1122 DAYMOR 81•R.UAYI } a /; §m / k | 7 1 | 2323282 =2343322 |rEE | f `N % | i- i-- 2 a it a34m 40 ri , 8 8 8 51& gag k ...l- %! §f LZ |( ) /}§§ ROUGH STAKING OF CENTERUNE 8 OFFSET STAKING AT STAKING DRAINAGE PIPE AND STRUCTURES STAKING CURB AND GUTTER a 100 FT. 8 V 50 FT. IN CURVE [T asRTR110TION STAKING PHASE SUsteT&L . FINAL EASEMENT PREPARATION DEVELOP FINAL RIGHT -OF -WAV MAP/EASEMENT PLAN PREPARE INDIVIDUAL EASEMENT PIANS PREPARE EASEAENT/ACOUISITION DOCUMENTS ,$} �•||I .0;e.; '00t • APPENDIX "B" CITY OF FAYETTEVILLE 24th STREET RECONSTRUCTION SALARY RANGES Project Director/Manager Project Engineer Design Engineer Project Surveyor Surveyor Survey Crew (2 men) Survey Crew (3 men) CADD Technician Clerical Senior Engr. Tech. Chief Draftsman Senior Draftsman Junior Draftsman Construction Engineer Construction Observer FY962102:SAL-24:jm • Lower Upper End End $22.00 19.00 13.50 13.00 10.00 18.00 25.00 9.00 7.00 16.00 15.00 10.00 6.50 15.00 15.00 $35.00 25.00 19.00 22.00 15.00 22.00 30.00 13.00 10.50 19.50 20.00 15.00 10.00 22.00 19.50 • • APPENDIX "C" CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE December 1995 Page 1 of 2 GENERAL: Laboratory Technician n Senior Engineering Technician "" Consultation, " Design Engineer Project Engineer Project Manager (Senior Engineer) Principal Engineer Travel Time or Standby Time Mileage $ 30.00 per hour 51.00 per hour 55.00 per hour 72.00 per hour 85.00 per hour 98.50 per hour As Noted Above 029 per mile SOILS: In -Place Compaction Test -Nuclear Gauge (minimum of 3 per trip) Liquid Limit, Plastic Limit, Plasticity Index Sieve Analysis -Washed No. 200 Sieve Analysis -Dry Soils Classification, Unified or AASHTO Laboratory Maximum Compaction Test -ASTM D 698 or AASHTO 99 Laboratory Maximum Compaction Test -ASTM D 1557 or AASHTO T 180 Potential Volume Change -Swell Pressure Califomia Bearing Ratio -CBR (including Proctor Curve) Shrinkage 13.50 each 45.00 each 20.00 per sieve 6.50 per sieve 100.00 each 100.00 each 100.00 each 100.00 each 250.00 each 50.00 each CONCRETE Concrete Mix Design Review Concrete Mix Design Confirm Concrete Mix Design Unit Weight and Yield Confirmation Concrete Cylinder Molding Concrete Cylinder Pickup (Technician & Mileage) Concrete Slump Test Concrete Air Entrainment Test 500.00 each 200.00 each 250.00 each 50.00 each 9.00 each As Noted Above 10.00 each 10.00 each (One slump test per set of cylinders molded by McCLELLAND is fumished at no additional cost.) FEE:MAT-IAB:095:jm " Subject to adjustment annually, on/about July 1st. APPENDIX "C" CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE December 1995 Page 2 of 2 CONCRETE (Continued): Compressive Strength of Concrete Test Cylinders 10.00 each Spare Specimens Processed but not Tested 10.00 each Aggregate Sieve Analysis Dry Sieve 6.50 each Wet Sieve 20.00 each Specific Gravity and Absorption of Aggregate 75.00 each Dry Rodded Unit Weight of Aggregate 50.00 each Sodium Sulfate Soundness (5 cycles) 250.00 each Additional Cycles 25.00 each ASPHALT: Asphalt Mix Design $500.00 each Review Asphalt Mix Design $150.00 each In -Place Compaction Test -Nuclear Gauge$ 13.50 each (minimum of 3 per trip) Marshall Test including Stability, Flow, Laboratory Density, Percent Air Voids, Percent Voids in Mineral Aggregate (3 specimens per test) $175.00 each Extraction including percent Bitumen and Aggregate Gradation $125.00 each Laboratory Density of Cored Plugs including Depth Measurement $ 18.00 each MISCELLANEOUS: Fireproofing Unit Weight $ 15.00 each Bonding Strength $ 25.00 each Thickness and Sampling (actual time required for two technicians) $ 30.00 per hour Structural Steel Bolt Torque Testing Technician(s) $ 30.00 per hour Engineer $ 70.00 per hour Pneumatic Torque Wrench Calibration (twice per day) $ 50.00 each Visual Weld Inspection Engineer $ 70.00 per hour Concrete or Asphalt Coring Core Machine & Technician $ 50.00 per hour Additional Technician, if required $ 27.80 per hour Compressive Strength of Concrete Cores $ 25.00 each **Subject to adjustment annually, on/about July 1st. FEE:MAT-LAB:D95:jm APPENDIX "D" MtEMcCLELLAND CONSUL TING DESIGNED TO SERVJJ ENGINEERS, INC. P.O. Box 1229 Fayetteville, Arkansas 72702-1229 GEOTECHNICAL INVESTIGATION SCOPE AND FEE SCHEDULE 24th STREET RECONSTRUCTION CITY of FAYETTEVILLE FAYETTEVILLE, ARKANSAS January 29, 1996 501-443-2377 FAX 501-443-9241 I Item No. Item Description / ASTM Designation I Quantity Units I Unit Price I Extended 1 Equipment Mobilization and Demobilization 1 LS $80.00 $80.00 Subtotal $80.00' 2 Boring Setup Charges 6 EA $25.00 $150.00 Subtotal $150.00 3 Soil Drilling and Sampling, ASTM D-1586 & ASTM D-1587 Soil Drilling within Roadway Area (6 Borings - 52 feet) 52 LF $8.00 $416.00 Subtotal $416.00 4 Soil and Rock Laboratory Testing ASTM D-2216, Moisture Content Determination 12 EA $8.00 $96.00 ASTM D-4318, Liquid and Plastic Limit of Soils 10 EA $45.00 $450.00 ASTM D-422, Gradation Analysis of Soils (5 Sieves) 8 EA $50.00 $400.00 ASTM D-2166, Unconfined Compressive Strength of Soils 0 EA $40.00 $0.00 ASTM D-2166, Dry Unit Weight of Soil Specimens 8 EA $8.00 $64.00 ASTM D-1883, California Bearing Ratio 6 EA $250.00 $1,500.00 Subtotal $2,510.00 5 Geotechnical Engineering Report and Recommendations Engineering Supervision (Project Manager) 5 HR $85.00 $425.00 Engineering Recommendations (Project Engineer) 15 HR $65.00 $975.00 Boring Plot Plan & Log Preparation (Draftsman) 4 HR $35.00 $140.00 Report Preparation (Clerical) 2 HR $30.00 $60.00 Subtotal $1,600.00 ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING SUMITTED BY: U� fi•�/L/ R. WAY Project anger $4,156.00 QUOTE Not to exceed $4,765.00 McClelland Consulting Engineers, Inc. • MICROFILMED STAFF REVIEW FORM N/A AGENDA REQUEST, j For Mayor's Signature X arty FROM: Don Bunn s Engineering Public Works Name Division Department ACTION REQUIRED: Execute an Engineering Contract Amendment with McClelland J Engineers in the amount of $ 12,997.00 in connection with the 24th Street Improvement Plans. COST TO CITY: d/. $ 12,997.00 $ 737.000.00 Street Improvements Cost -This Request Category/Project Budget Category/Project Name 4470-9470-5809-00 Account Number 96043 Project Number B DGE ONTRACT REVIEW: Budget Coordinator $ 115.826.00 Funds Used To Date $ 621,174.00 Funds Remaining X Budgeted Item 24th Street Imp. Program Name Sales Tax Fund Category Budget Adj. Attached Date Administrative Services Director Date Acco i- M ager Date ADA Coordi for Date o_ City Attor ey Date Internal Auditor 532 Date 9-ae- Purchasing Officer Date STAFF RECOMMENDATION: It is the recommendation of the Staff that the Mayor execute the engineering contract amendment with McClelland Engineers in the amount of $12,977.00. Date Cross Reference New Item: Yes No Date Prev Ord/Res #: Res 20-96 Dte L� Orig Contract Date: 02/20/96�i Date FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE TO: Mayor Fred Hanna THRU: Charles Venable, Asst Public Works Director Kevin Crosson, Public Works ir7t�/< FROM: Don Bunn, City Engineer SUBJECT: Amendment to Engineering Contract 24th Street Reconstruction McClelland Engineering DATE: September 25, 1996 In February of 1996 the City approved a contract with McClelland Engineers for engineering services related to the reconstruction of 24th Street in the amount of $ 112,886.00. That amount included inspection services during construction. The engineering work has been completed and the City has on file a copy of the Plans and Specifications. After a review of the plans the City Staff asked for several changes to be made to the completed plans. The requested changes are: 1. Limit sidewalk construction to the south and west side of 24th Street from South School to the south side of 26th Circle, and on the east side from 26th Circle south to the end of the project. The typical cross section is to remain the same for future sidewalk construction. 2. Alter the street grades to match the existing street grade at Station 21+00. 3. Storm drainage is to be adjusted as required between 26th and 27th circle. 4. Insure that existing trees remain on the east side of North 26th Circle. 5. Evaluate using grates in roadway gutter at certain locations instead of extended throat inlets. The changes were requested to lessen the impact of construction on the upper end where there are existing homes and to reduce the overall cost of the project. AMENDMENT TO AGREEMENT FOR ENGINEERING SERVICES CITY OF FAYETTEVILLE STATE OF ARKANSAS COUNTY OF WASHINGTON This Amendment dated Seof� em/er d d /996, is hereby made part of the Agreement entered into and executed this 20th day of February 1996, by and between the City of Fayetteville hereinafter called the "OWNER" and McClelland Consulting Engineers, Inc., hereinafter called the "ENGINEER", in accordance with the provisions of the Agreement. WITNESSED!: Whereas, the "OWNER" has selected the "ENGINEER" to prepare Plans and Specifications for the reconstruction of 24th Street from School Avenue to the vicinity of Ravenswood Lane; and Whereas, the "ENGINEER" has completed the Plans and Specifications for the project; and Whereas, the "OWNER" wishes to make certain changes to the Plans and Specifications for the project which are beyond the original scope of services of the project Now therefore, it is considered to be in the best public interest for the "OWNER" to obtain assistance of the "ENGINEER'S" organization in connection with said additional engineering services. In consideration of the faithful performance of each party of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows: SECTION I - EMPLOYMENT OF ENGINEER The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER" agrees to perform additional professional engineering services in connection with the revised project FY96102:ENGAGR.a-1:920:jm -1 a set forth as follows; and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, the amounts specified in the Sections to follow as full and final compensation for work accomplished in the specified time. SECTION II - DESCRIPTION OF THE PROJECT REVISIONS The revised scope of services are as follows: 1. The typical roadway cross-section is to remain the same. 2. Place the sidewalk on the south and west side from South School Street to the Southern side of 26th Circle (Station 23+50±). 3. Place the sidewalk on the east side from 26th Circle to 27th Circle. 4. Match as closely as possible the existing grade at Station 21+00. 5. Place curb and gutter and widen only on the east side only from 26th Circle to 27th Circle and leave west edge of pavement as is. Adjust grade for minor leveling and 2 - inch overlay. No concrete alternate for this portion of the street. 6. Storm drainage to remain on east side between 26th Circle and 27th Circle and adjust cross -drain grade as required. 7. Trees are to remain on the east side North of 26th Circle. 8. Evaluate using grates in roadway gutter with curb opening at each inlet location. SECTION XI - TIME OF BEGINNING AND COMPLETION The "ENGINEER" shall begin work under this Amendment within two (2) days of notice to proceed and shall: 1) Meet with the "OWNER" within 5 working days of the Notice To Proceed to resolve identified redesign issues; and 2) Complete the revised Plans and Specifications for the construction contract within 30 calendar days of the Notice To Proceed. FY96102:ENGAGR.a-1:920:jm -2 0 The above completion time is predicated upon the fact that the "OWNER" will cause to be processed approvals of interim work in an expeditious manner (5 working days per submittal). SECTION XII - FEES AND PAYMENTS A. Additional "Design" Phase Services: For, and in consideration of, the additional services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work -time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 176% of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1) Additional "Design" phase services, not to exceed: $11,604 2) Fixed fee for Additional "Design" services: $ 1,393 Total Additional "Design" phase services not to exceed: $12,997 The basis of this upper limit and justification for the fee is contained in Appendix "A" attached hereto. Adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. FY96102:E NGAGR.a-1:920:jm 3 Appendix "B" of the Agreement covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the "ENGINEER". Final payment for Additional "Design" services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the Additional "Design" phase for the project. All other sections of the Agreement shall remain in effect and are not changed by this Amendment. IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed as of the date and year first herein written. CITY OF FAYETTEVILLE By: /% V ;- `'-,City Clerk U . \� `G / Lw J�Vp ATTFST: FY96102: E N GA G R. a-1:920:] m McCLELLAND CONSULTING ENGINEERS, INC. � `�r:aCt/V�/1�y✓� By Vice President a O z w a 0. U) W U 5 K W b LL O w a- 0 U N O W N 5 W LL' C O_ 240 « c m w'- zo= 0w m r�i3a, c-� N z m w a W w aQ W as s W zfcw zmo - m -WW ++ w OOO1. w w w4c O. d0.O Q W b SOJ 010 bt0 A 100 OOA TO1p ONb tp {q NAA00'J W h WVJq NN Pl 10 b 01 V bM V b0 bgb0 N100p0 NNO bVof AtJ� CO 1'lAb '-1)y Nnp 4 49 z y q M .s... N M N N ..... .... O N N N W N 1- U W 1' N N b O U ry - K < N N a - .1 fl C N b N > a 1h�N N-- GO) r H Z Wm ao CO f. z� O O W 0O wz N .- <V NN<t- V ANN N V «NN O. W K In z CO O coz CO O z Z z Z aWh c o w O Z Z oo+ o H wNa W 32 'a .w O I w w�wLL f w Z N b LL W r~ v1 g ry S 1wi Z b 6 o z3awZY3,y On, f ''Fr�wLLea GO m O iOn, w o x'03 w oNew 3 zw�co Valw d �ry;� lm1 0 oa rn Hto -N�3g k�ms2 o'c <Zoow0wo o�z ova > w z w y a toWOw m F U z LL w u F rnc7v w (r r z dln3 w vr-a�3 rnb x O�w�N9t 52w=wiwwmwz c wtnzOS o. b wrn mV aLL - 0 w w w O m m p z Q o o O w d a N¢¢ m 0-OUOaOLLO G O itx U OOa99 o Y N17 <z V lw (DA W m mNNNNNN I- Res AGENDA REQUEST xx CONTRACT REVIEW GRANT REVIEW For the Fayetteville Ci FROM STAFF REVIEW FORM Council meeting of G✓henO/• a /a -S -'/-b Enj �(� `� 1fy 1 f y .�Tw• T �1 vac c„+n l-,irc Wayne Ledbetter Engineering Public Works Name Division Department ACTION REQUIRED: Approve Amendment #2 to engineering contract. This amendment is for additional services. COST TO CITY: S 3,000 Cost of this Request 4470-9470-5809-00 Account Number 96043 Project Number t 737,000 Category/Project Budget $ 125,883.00 Funds Used To Date S 611,117.00 Remaining Balance Street Improvements Category/Project Name 24th Street Imp. Program Name Sales Tax Const. Fund BUDGET REVIEW: xx Budgeted Item Budget Adjustment Attached Budget Coordinator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: 4IZ2t1 //-44, Accounti Ma Date *ADACoordinator Date //a -9Cit Attorney Date l Auditor `j�jZ Date Purchasing Officer Date STAFF RECOMMENDATION: Staff , ommends this Amendment #2 be approved. //-:6 -�� ion Head Date Cross Reference /t -Z-4 Ci New Item: No Department Director Date C �\ Prey Ord/Res #: 20-96 Admi strativ Services Director Date _______� Orig Contract Date: 02-20-96 Ma or Date rFAYETTEVI LLE THE CITY OF FAYE7TEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Mayor Fred Hanna Thru: Kevin Crosson, Public Works Director, Charles Venable, Assistant Public Works Director From: Don Bunn Wayne Ledbetter, Engineering Date: November 25, 1996 RE: Amendment to Engineering Contract 24th Street Reconstruction McClelland Engineering In February of 1996 the City approved a contract with McClelland Engineers for engineering services in the amount of $ 112,886.00. That amount included inspection services during construction. In September of 1996 the City approved amendment #1 to the original engineering contract for the amount of $ 12,997.00. This amendment covered engineering fees to revise the plans and specifications from the original scope of the contract. However, during the process of the project McClelland Engineers has provided additional surveying services ($ 1,054.10), has paid the Health Department review fee ($21200), and has exceeded the original estimate of easement preparation costs($ 663.66). These amounts total $1,929.76. However, in case there should be other incidentals costs incurred. We are asking for this amendment to be $ 3,000.00. It is the recommendation of the Staff that Amendment #2 be executed with McClelland Engineers in the amount of $ 3,000.00. This change should not require a budget adjustment. r P TO THE AGREEMENT WITH McClelland Consulting Engineers, Inc. AMENDMENT #_2 This is an amendment to the Agreement for Engineering Services executed on the 20th day of February , 1996 between the City of Fayetteville, Arkansas and McClelland Consulting Engineers, Inc.. Additional services required due to survey services, reimbursement for Health Department review fee, and additional costs in easement preparation. The charge for the additional services shall not exceed $3,000.00. CITY OF FAYETTEVILLE Date J� Mayo Company � 1' Q Date ( `�+�/ arts Title FOR OFFICE USE ONLY Existing P. O, # Contract # 5. es. av-fl amend J. • STAFF REVIEW FORM AGENDA REQUEST XXXX CONTRACT REVIEW GRANT REVIEW For the FROM: /- /4 - 98 Ery . MICROFILMED Wayne Ledbetter vv Engineering Public Works Name Division Department ACTION REQUIRED: Approval of the Amendment #3 to engineering contract with McClelland Engineers in the amount of $ 15,000.00 in connection with 24th Street. This amendment is for additional services. COST TO CITY: $ 15,000.00 Cost of this Request 4470-9470-5809-00 Account Number 96043-0010 Project Number S 800,914 Category/Project Budget S 779.817.44 Funds Used To Date S 21,096.56 Remaining Balance 24th Street Category/Project Name Street Improvements Program Name Sales Tax Fund BUDGET REVIEW: XXXX Budgeted Item Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: /-/3-9 g Accounti M r Date A Coordi r Date Cit Attorney Date. I ernal Auditor 532 Date Purchasing Officer Date STAFF RECOMMENDATION: Staff recommends that the Mayor approve the amendment with McClelland Engineers, Inc. for engineering services relating to th 24th Street Reconstruction. on Hea Date Cross Reference /—/V New Item: Yes Department Director Date Prev Ord/Res #: Admini rative voices Director DDaate Orig Contract Date: May&r Date AMENDMENT TO THE AGREEMENT WITH McCLELLAND CONSULTING ENGINEERS. INC. AMENDMENT#3 3 This is an amendment to the Agreement for Engineering Services executed on the 20th day of February , 1996, between the City of Fayetteville, Arkansas, and McClelland Consulting Engineers. Inc. . Additional services required due to grading changes to design additional construction observation services, and additional construction phase services. The charge for the additional services shall not exceed $15,000.00. CITY OF FAYETTEVILLE Ma or Date: %1641 McCLELLAND CONSULTING ENGINEERS. INC. Compa Date'+ John . Quinn, P.E. President Title Existing P.O. # Contract # C:1W O R K\96\96102V1MEN D#3.J08:jm FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS To: Mayor Fred Hanna Thru: Kevin Crosson, Public Works Director4(�, Charles Venable, Assistant Pu ' orksbir Don Bunn, City Engineer From: Wayne Ledbetter, Engineering & Date: January 8, 19987 RE: Reconstruction of 24th Street 1. Past Conditions. 24th Street was a two-lane asphalt surface street with shoulders and open ditches. Approximately 1800 linear feet of this street laid east and west from School Avenue to a curved section where 24th Street and Country Club Drive merge. A westerly portion of 24th Street had curb and gutter with storm sewer. 2. Present Conditions. 24th Street and a portion of Country Club Drive has been constructed in accordance with the City of Fayetteville's pavement and drainage criteria. This street is a thirty-one (31) foot (measured from the back of curb to the back of curb) wide paved section. The pavement is asphalt with concrete curb and gutter. Miscellaneous drainage was included. Many times a project will include change orders during the construction phase that will effect the engineers. It usually leads to extra work and time not accounted for in the original scope of the project. This is the case for this project. There has been a net increase of $ 60,172.44 in construction amendments with no increase to engineering due to these amendments. McClelland Engineers has submitted a request for $ 3,980.32 due to grade changes on the project. This includes the engineer's and draftsman's time associated with this work. Also, they have requested $ 8,576.78 for additional construction observation services. Due to the "early start period" for the project and the extension of time due to the construction amendments the original estimated time of 5 months for construction was exceeded. This additional construction observation has no profit mark-up. The total request for additional engineering services is $ 12,557.10. We are requesting $ 15,000 for amendment #3 in order to have an extra $ 2,442.90 to help cover any other future eingineering costs associated with this project. 3. Staff Recommendation. The Staff recommends that the Mayor approve this engineering amendment #3 in the amount of $ 15,000 with McClelland Engineers Inc., for the 24th Street project. 113 WEST MOUNTAIN 72701 501 521.7700 FAX 501.575.5257 MCEMcCLELLAND CONSUL TING DESIGNED TO SERVE i ENGINEERS, INC. January 7, 1998 Mr. Albert Wayne Ledbetter Staff Engineer City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Re: Request for Additional Engineering Fees 24th Street Improvements Dear Mr. Ledbetter: P.O. Box 1229 Fayetteville, Arkansas 72702-1229 501-443-2377 FAX 501-443-9241 In follow-up to my letter of September 16, 1997, and our meeting of November 20, 1997, I have thoroughly reviewed our job cost record for the 24th Street project. You may recall that there is an unpaid invoice (No. 12716; dated September 9, 1997) for grading changes authorized by your office related to our letter of June 19, 1997. This invoice has been based upon actual engineering and drafting time expended. We trust that you find it to be in order. Additionally, we have performed construction phase work beyond that negotiated in the scope of our original engineering contract. This work related primarily to construction observation and project management hours associated with the "early - start period" (MCE pay periods from 2/27/97 through 4/14/97) and the "late - completion period" (MCE pay periods from 9/15/97 through present). The "basic construction period" extended, approximately, from 4/14/97 until 9/15/97 (the construction phase fee in our original contract was based upon a 5 -month construction period). C:\W ORK196196102\LEDBET.106:jm Mr. Albert Wayne Ledbetter, P.E. January 7, 1998 City of Fayetteville Page ...............2 Specifically, the following effort was spent above that budgeted due to the additional construction phase work: Hours Labor Cost Project Director - 2.5 $ 104.83 Construction Observers - 171 3.002.70 Subtotal = $ 3,107.53 Overhead a 1.76 = 5.469 25 * Total Cost = $ 8,576.78 * NOTE: No mark-up for profit included. In summary, we request an Amendment to our current contract which will increase our fee by: • Invoice No. 12716 for grading changes - $ 3,980.32 • Additional construction phase costs - 8.576.78 Increase Requested - $ 12,557.10 Please review this matter and advise me if it is appropriate to prepare a formal amendment to our contract. Your assistance is appreciated. Sincerely, McCLELLAND CONSULTING ENGINEERS, INC. C. Quinn, .E. President cc: Mr. Arnold Rankins, P.E., R.L.S. C:\WORK\96\96102\LEDBET.106:jm STAFF REVIEW FORM 3.01 XXXX AGENDA REQUEST (XXX CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of February 20, 1996 FROM: Wayne Ledbetter Engineering Name Division ACTION REQUIRED: Approval of the Agreement Reconstruction of 24th Street with McClelland the amount of $ 112,886 plus a contingency of $ 124,175. COST TO CITY: $ 124,175 Cost of this Request 4470-9470-5809-00 Account Number 96043-0010 Project Number $ 737,000 Category/Project Budget $ 0 Funds Used To Date $ 737,000 Remaining Balance Public Works Department for Engineering Services for Consulting Engineers, Inc. in 10% ($ 11,289) totaling 24th Street Category/Project Name Street Improvements Program Name Sales Tax Fund REVIEW: XXXX Budgeted Item Budget Adjustment Attached Coordinator CONTRACT/GRANT/LEASE REVIEW: Accounting p4 age, Date - /- Date Purchasing Officer Date STAFF RECOMMENDATION: Staff reco®ends that the Council approve the contract with McClelland Engineers, Inc. for engineering services relating to the 24th Street Reconstruction. Administrative Services Director GRANTING AGENCY: ADA ; ordin or J '/ Ifiternai Auditor Date 211 Date ion Head / Date Cross Reference '7L�artment Director tor New Item: Yes Date Prey Ord/Res #: Da Orig Contract Date: Date FAYETTE LE THE.CITY OF FAYETTEVILLE, ARKANSAS 3.02 DEPARTMENTAL CORRESPONDENCE To: Fayetteville City Council Thru: Mayor Fred Hanna Kevin Crosson, Public Works Director Charles Venable, Assistant Public Works Director From: Don Bunn Wayne Ledbetter, Engineering Date: January 31, 1996 RE: Reconstruction of 24th Street 1. Existing Conditions. 24th Street is a two-lane asphalt surface street with shoulders and open ditches. Approximately 1800 linear feet of this street lay east and west from School Avenue to a curved section where 24th Street and Country Club Drive merge. Country Club Drive begins at this curve and meanders to the Fayetteville Country Club. These two streets have similar type pavement sections. However, 24th Street does have some pavement with curb and gutter and minor drainage structures on the most westerly portion (from School Avenue to the Grandview Apts. access drive). These streets typically have stormwater runoff conveyed overland via ditches. 2. Proposed conditions. 24th Street and a portion of Country Club Drive shall be constructed in accordance with the City of Fayetteville's present pavement and drainage criteria. This street will be a thirty-one (31) foot ( measured from the back of curb to the back of curb) wide paved section beginning near the vicinity of School Avenue and ending near Ravenswood Lane (2500'- 3000'). The length may vary dependent upon costs and budget. The pavement will be asphalt and/or concrete construction with concrete curb and gutter and pedestrian sidewalk. Additional improvements include drainage construction. Present utilities that may pose a problem for this project will be relocated with the exception of the 24" water transmission line that is located on the north side of 24th Street. This line will remain intact, if possible, and any new alignments for this corridor will have this water line location considered. An estimated amount of $ 737,000 was placed in the approved Capital Improvement Plan for this reconstruction. The engineering service for this project is an estimated $ 124,175 (with a contingency) which includes all design and construction engineering along with geotechnical investigation services for this project. Also included in this price, is a $ 5000 estimate for easement preparation and a "not to exceed" amount of $ 11,085 for construction staking. 3. Staff Recommendation. The Staff recommends that the Council approve the Agreement for Engineering Services with McClelland Engineers Inc. , for engineering services relating to the reconstruction of 24th Street. This amount is $124,175 ( contingency included). 3.03 CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this day of , 1996, by and between the City of Fayetteville acting by and through its Mayor hereinafter called the "OWNER" and McClelland Consulting Engineers, Inc. with offices in Fayetteville, Arkansas, hereinafter called the "ENGINEER". WITNESSETH: Whereas, the "OWNER" is planning to reconstruct 24th Street from School Avenue to the vicinity of Ravenswood Lane; and Whereas the "OWNER'S" forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; and Whereas, the "ENGINEER'S" staff is adequate and well qualified and it has been determined that its current work load will permit completion of the plans for the project on schedule; Now therefore, it is considered to be in the best public interest for the "OWNER" to obtain assistance of the "ENGINEER'S" organization in connection with said engineering services. In consideration of the faithful performance of each party of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows: FY962102:ENGAGR:jm 3.04 SECTION I - EMPLOYMENT OF ENGINEER The "OWNER" agrees to employ the "ENGINEER" to perform, and the "ENGINEER" agrees to perform, professional engineering services in connection with the project set forth in the Sections to follow, and the "OWNER" agrees to pay and the "ENGINEER" agrees to accept, as specified in the Sections to follow as full and final compensation for work accomplished in the specified time. SECTION II - DESCRIPTION OF THE PROJECT Reconstruction of 24th Street providing a 31' (B/C-B/C) paved section with curb and gutter, sidewalk and drainage section improvements meeting the "OWNER'S" present pavement and drainage design criteria. Roadway realignment, and utility relocation and pipeline crossings are included in project scope. Major utility relocation of 24 -inch parallel water line is not in the basic scope of services. SECTION III - INFORMATION & SERVICES The "OWNER" will furnish any specifications, standards and other information which may relate to the project including GPS survey data. Aerial mapping data will be provided, free of charge, to the ENGINEER on magnetic media. FY962102:ENGAGR:jm -2 3.05 SECTION IV - SERVICES TO BE FURNISHED BY THE "ENGINEER" DURING "DESIGN" PHASE The project will be designed and constructed to meet local street standards in accordance with the "OWNER'S" pavement design and drainage criteria. Construction specifications shall be based on "Standard Specifications for Highway Construction Edition 1993 of the AHTD" and latest special provisions and City of Fayetteville Specifications. The design concept with regard to street alignment, pavement section, geometrics, detours, right-of-way, and utility relocation shall be submitted by the "ENGINEER" (in the form of a Preliminary Engineering Assessment) and approved by the "OWNER" prior to beginning design work. The "ENGINEER" shall provide all field survey data from field work for designing the project and this shall be tied to the "OWNER'S" GPS control network. The "ENGINEER" shall be responsible for obtaining, interpreting and evaluating geotechnical data for pavement design and embankment stability. The "ENGINEER" shall conduct preliminary design and prepare preliminary construction limits, required right of way, ownership map, perform all needed stability analyses, design of detours where needed, and preparation of maintenance of traffic plans detailing needed signing and striping during construction, as well as for permanent application after the completion of street construction. FY962102:ENGAGR:im -3 3.06 The "ENGINEER" shall provide surveying, mapping, and related services as required to prepare Right-d--Way/Easement documents for the "OWNER'S" use in acquisition activities. The "ENGINEER" shall furnish plans to all utility companies affected by the project and shall conduct a coordination meeting among all affected utility companies to enable them to develop utility agreements regarding any necessary utility relocations. During the "design" phase of the project, the "ENGINEER" shall conduct final designs to prepare construction plans and specifications including final construction details and quantities, special provisions, cost estimates, make final field inspection with "OWNER", make any needed plan changes as a result of the final field inspection and all other work required to advertise and receive bids. Prior to the start of construction, the "ENGINEER" shall establish benchmarks for elevation control and tie layout work to Fayetteville's GPS and provide centerline construction reference points/alignment at all PCs, PTs, and at 4 POTs for the proposed roadway. SECTION V - COORDINATION WITH "OWNER" The "ENGINEER" shall hold conferences throughout the design of the project with representatives of the "OWNER" to the end that the design, as perfected, shall have full benefit of the "OWNER'S" knowledge and be consistent with the current policies and construction practices of the "OWNER". The "OWNER" reserves the right to accept or reject FY962102:ENGAGR:jm -4 3.07 any or all plans, but this stipulation will not relieve the "ENGINEER" of responsibility for the design of the project. SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK Review of the work as it progresses under this Agreement shall be made at the "OWNER'S" City Engineers office. SECTION VII - PRELIMINARY SUBMISSION The "ENGINEER" shall submit three (3) sets of preliminary plans and three (3) copies of the final plans for field inspections. SECTION VIII - FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations B. The originals of all drawings, specifications and contract documents. All design drawings on magnetic media shall be submitted on disks compatible with AutoCAD Release 12 software. C. The estimated cost of construction and a detailed estimate of time in calendar days required for completion of the contract. SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND "CONSTRUCTION" PHASES FY962102:ENGAGR:jm -5 3.08 During the "Bidding" phase of the project, the "ENGINEER" shall provide all engineering and administrative services needed to obtain bids for the construction project, evaluate the bids, and consult with and advise the "OWNER" as to the acceptability of the best bidder. During the "Construction" phase of work, the "ENGINEER" shall provide administrative and engineering services including resident construction observation services to determine whether the Contractor has met the requirements of the design plans and specifications. The "ENGINEER" shall review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted, and shall make a recommendation to the "OWNER" regarding payment. SECTION X - SUBCONTRACTING Subcontracting by the "ENGINEER" of any of the services provided herein, other than the subcontract with (not applicable) as attached to this Agreement shall require prior approval by the "OWNER". SECTION XI - TIME OF BEGINNING AND COMPLETION The "ENGINEER" shall begin work under this Agreement within ten (10) days of notice to proceed and shall complete the plans for the construction contract within 85 calendar days. The above completion time is predicated upon the fact that the "OWNER" will cause to be processed approvals of interim work in an expeditious manner (5 working days per submittal). FY962102:ENGAGR:jm 3.09 SECTION XII - FEES AND PAYMENTS A. "Design" Phase Services: For, and in consideration of, the services to be rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of actual salary costs for work - time directly connected with work chargeable to the project, plus payroll additives and general overhead costs of 176% of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed fee which are payable as follows: 1) "Design" phase services, "surveying services", and preparation of the Ownership Map/Right-of-Way Plan Costs not to exceed: $44,720 2) Fixed fee for "Design" services: $ 5,366 3) Engineering contract amount for "Design" phase services not to exceed: $50,086 The basis of this upper limit and justification for the fee is contained in Appendix "A" attached hereto. Adjustment of the upper limit may be made should the "ENGINEER" establish and the "OWNER" agree that there has been or is to be a significant change in scope, complexity or character of the services to be performed; or if the "OWNER" decides to shorten the duration of work from the time period specified in the Agreement for completion of work and such modification warrants such adjustment. FY962102:ENGAGR:jm -7 3.10 Appendix "B" covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the "Engineer". Final payment for Design services shall be made upon the "OWNER'S" approval and acceptance with, the satisfactory completion of the "Design" phase for the project. B. "Bidding" Phase Services: For "bidding" phase services rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 176% of direct labor costs ( plus direct reimbursable expenses associated with the project), plus a fixed fee which are as follows: 1) "Bidding" phase services costs not to exceed: $1,996 2) Fixed fee for "Bidding" services: $ 240 3) Engineering contract amount for "Bidding" phase services not to exceed: $2,236 Final payment for "Bidding" phase services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Bidding" phase of the project. FY962102:ENGAGR:jm 3.11 C. "Construction" Phase Services: For 'Construction" phase services rendered by the "ENGINEER", the "OWNER" shall pay the "ENGINEER" on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 176% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed fee which are as follows: 1) "Construction" phase services costs not to exceed: $35,459 2) Fixed fee for "construction" phase services: $ 4,255 3) Engineering contract amount for "Construction" phase services not to exceed $39,714 (based upon an assumed construction period not to exceed 150 calendar days.) Final payment for "Construction" phase services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "construction" phase of the project. D. "Geotechnical Investigation" Services: For geotechnical investigative services associated with design, the "OWNER" shall pay the "ENGINEER" on the basis of hourly rates and unit prices set forth in Appendix "C" a fee not to exceed $4,765. The basis of this upper limit and justification for the fee is contained in Appendix "D", attached hereto. FY962102:ENGAGR:jm 3.12 E. "Special" Services: For "Speciar services, such as preparation of detailed easements and/or construction staking, the "OWNER" shall pay the "ENGINEER" as follows: 1) For "Easement" preparation services, the "OWNER" shall pay the "ENGINEER" an estimated fee of $5,000, with the final negotiated fee for easement preparation to be determined after the completion of an Ownership Map and Preliminary Engineering. 2) For "Construction Staking" services, if authorized in writing separately from this Agreement, the "ENGINEER" shall establish roadway centerline rough grade staking with offset staking on one side at 100 -ft. stations, establish curb and gutter staking on both sides at 1 00 -ft. stations along tangents and 50 -ft. stations along curves, and perform drainage structures staking. This construction staking is to be performed by the "ENGINEER" one time only, with additional staking to be the responsibility of the Contractor. For this work, the "OWNER" shall pay the "ENGINEER" on the basis of actual salary cost for work -time directly connected with construction staking, plus payroll additives and general overhead costs of 176% of direct labor costs, plus direct reimbursable expenses, plus a fixed fee payable as follows: a) "Construction Staking" costs not to exceed: $ 9,897 b) Fixed fee for "construction staking": $ 1,188 c) Engineering contract amount for "construction staking" services not to exceed $11,085 FY962102:ENGAGR:jm . t0 3.13 SECTION XIII - CHANGES The "OWNERmay at any time, by written order, make changes within the general scope of the contract in the work and services to be performed. If any such change causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly. Any claim by the "ENGINEER" for adjustment under this clause must be asserted with thirty (30) days from the date of receipt by the "ENGINEER" of the notification of change; provided, however, that the "OWNER", if it decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to the date of final payment under this contract. Failure to agree to any adjustment shall be cause for a dispute concerning a question of fact within the meaning of the clause of this contract entitled SECTION XVII - MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse the "ENGINEER" from proceeding with the contract as changed. SECTION XIV - OWNERSHIP OF DOCUMENTS All documents, including original drawings, disks of CADD drawings and cross sections, estimates, specification field notes, and data are and remain the property of the "OWNER". The "ENGINEER" may retain reproduced copies of drawings and copies of other documents. FY962102:ENGAGR:jm r 3.14 SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT It is understood that the "OWNER" will have the right to suspend or cancel the work at any time. A. Postponement - Should the "OWNER", for any reason whatsoever, decide to postpone the work at any time, the "OWNER" will notify the "ENGINEER", who will immediately suspend work. Should the "OWNER" decide during such suspension not to resume the work, or should such suspension not be terminated within a year, the work shall be cancelled as hereinafter provided. B. Cancellation - Should the "OWNER", for any reason whatsoever, decide to cancel or to terminate the use of the "ENGINEER'S" service, the "OWNER" will give written notice thereof to the "ENGINEER", who will immediately terminate the work. If the "OWNER" so elects, the "ENGINEER" may be instructed to bring a reasonable stage of completion to those items whose value would otherwise be lost. The "ENGINEER" shall turn over all data, charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of the "ENGINEER'S" services, the "ENGINEER" shall be paid on an proportional amount of the total fee, less prior partial payments, based on the ratio of work done to the total amount of work to be performed. FY962102:ENGAGR:jm - 12 3.15 SECTION XVII - MISCELLANEOUS PROVISIONS 1. Dispute resolution - Any dispute concerning a question of fact in connection with the ,work and having a financial value of $10,000, or less, shall be referred for determination to the Mayor of the City of Fayetteville whose decisions in the matter shall be final and conclusive. Disputes resulting from claims greater than $10,000 shall be subject to mediation. 2. Responsibility for Claims and Liability - The "ENGINEER" shall save harmless the "OWNER" from all claim and liability due to its (the "ENGINEER'S") activities, or those subcontractors, its agents, or its employees during the time this contract is in force. 3. General Compliance with Laws - The "ENGINEER" shall comply with all federal, state and local laws and ordinances applicable to the work. It shall be a professional engineer, licensed in the State of Arkansas. 4. Engineer's Endorsement - The "ENGINEER" shall endorse and recommend all plans, specifications, estimates and engineering data finished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. FY962102:ENGAGR:jm -13 3.16 SECTION XVIII - SUCCESSORS AND ASSIGNS The "OWNER" and the "ENGINEER" each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Agreement, except as above, neither the "OWNER" nor the "ENGINEER" shall assign, sublet or transfer its interest in this Agreement without written consent of the other. Nothing herein shall be construed as creating any possible personal liability on the part of any officer or agent of any public body which may be party hereto. SECTION XIX - COVENANT AGAINST CONTINGENT FEES The "ENGINEER" warrants that it has not employed or retained by company or person, other than a bonafide employee working solely for the "ENGINEER", to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the "ENGINEER", any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the "OWNER" shall have the right to annul this contract without liability. FY962102:ENGAGR:jm - 14 3.17 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of the date and year first herein written. CITY OF FAYETTEVILLE By: ATTEST: City Clerk McCLELLAND CONSULTING ENGINEERS, INC. By: , Vice President FY962102:ENGAGR:jm - 15 APPENDIX "A" PROJECT NAME: 2Mn Street Reconstruction PROJECT NO.: FY 902102 PROJECT MANAGER: WAYNE JONES 1. ... 9e lase MI'� � "� � A • T ' ..� • • � '��® 'tom` . • : I__ t ... _III__U _--IIIIII_IIIIIIIII♦ --IIIIIII�� wo . fines o wo� � ■ o� ■_■ice ��� o . --—��—_ i --.7' l.J APPENDIX "A" PROJECT NAME: 241h S11eet Reconstruction PROJECT NO.: FY 962102 PROJECT MANAGER: WAYNE JONES DATE BUDGET PREPARED: January 29, 1091 TASK NO. TASK DESCRIPTION IRLY. RATE OT) EXTENDED COST PROJ. DIRIMGR OJ. ENGR. SGN ENGR. S.E.T. TECH. PLS SURV. SURV. SURV. CREW C TECH. DRFT. SUPV. SR- DRFT JR DRFT CLER �1�WY ENGR. OBSER $184 iir-i:i 2 - - 2 1 2 10 55 ADVERTISE FOR BIDS -.--- 1 -- --- -- 56 BIDDING PERIOD 1 L 6323 -4_ 2 2 -- 57 OPEN BIDS - 0 - _ - 1 1 I - 58 RE-EVALUATE SCHEDULE 6 BUDGE7 - -- 1 50 RECOW&ND AWARD OF CONTRACT _ 1 1 1 iTii --- _ - 1 60 DECISION BY OWNER TO AWARD CONTRACT 1 T - --- 01 ISSUE NOTICE OF AWARD TO CONTRACTOR --- 1 _ -_-- _ -- 2 110 62 REVIEW BONDSANSURANCE DOCUt,ENTS 4 60 20 63 ECONSTRUCTION CONFERENCEMOTICE TO PROCEED 2 4 12 4 16 670 440 563 64 CONSTRUCTIONPERIDD 150Citi, ts IiflDAYA1O E!HR,1v1r i 12 t 066 65 REVIEW SHOP DRAW S 1 2 4 2 16 2 1 4 4 4 4 2 66 67 FINAL INSPECTION CONTRACT CLOSE-OUTAINISH PUNCHLIST RECORD DRAWINGS 1 1 1 1 1 2 1 2 20 1 200 66 PREPARE 1 . .., 3.20 APPENDIX "B" CITY OF FAYETTEVILLE 24th STREET RECONSTRUCTION SALARY RANGES Lower Upper ndE Project Director/Manager _En$_ $22.00 $35.00 25.00 Project Engineer 19.00 19.00 Design Engineer 13.50 22.00 Project Surveyor 13.00 15.00 Surveyor Survey Crew (2 men) 10.00 18.00 22.00 Survey Crew (3 men) 25.00 30.00 13.00 CADD Technician 9.00 10.50 Clerical 7.00 19.50 Senior Engr. Tech. 16.00 20.00 Chief Draftsman 15.00 15.00 Senior Draftsman 10.00 10.00 Junior Draftsman 6.50 22.00 Construction Engineer 15.00 19.50 Construction Observer 15.00 FY962102:SAL-24:jm 3.21 APPENDIX "Co CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE December 1995 Page 1 of 2 GENERAL: Laboratory Technician " $ 30.00 per hour Senior Engineering Technician " 51.00 per hour Consultation, " Design Engineer 55.00 per hour Project Engineer 72.00 per hour Project Manager (Senior Engineer) 85.00 per hour Principal Engineer 98.50 per hour Travel Time or Standby Time As Noted Above Mileage 0.29 per mile SOtLS In -Place Compaction Test -Nuclear Gauge 13.50 each (minimum of 3 per trip) Liquid Limit, Plastic Limit, Plasticity Index 45.00 each Sieve Analysis -Washed No. 200 20.00 per sieve Sieve Analysis -Dry 6.50 per sieve Soils Classification, Unified or AASHTO 100.00 each Laboratory Maximum Compaction Test-ASTM D 698 or AASHTO 99 100.00 each Laboratory Maximum Compaction . Test-ASTM D 1557 or AASHTO T 180 100.00 each Potential Volume Change -Swell Pressure 100.00 each California Bearing Ratio-CBR (including Proctor Curve) 250.00 each Shrinkage 50.00 each CONCRETE: Concrete Mix Design 500.00 each Review Concrete Mx Design 200.00 each Confirm Concrete Mix Design 250.00 each Unit Weight and Yield Confirmation 50.00 each Concrete Cylinder Molding 9.00 each Concrete Cylinder Pickup (Technician & Mileage) As Noted Above Concrete Slump Test ' 10.00 each Concrete Air Entrainment Test 10.00 each ' (One slump test per set of cylinders molded by McCLELLAND is furnished at no additional cost.) " Subject to adjustment annually, on/about July 1st. FEE:MAT-LAB:D95:im 3.22 APPENDIX "C" CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE December 1995 Page 2 of 2 CONCRETE (Continued): Compressive Strength of Concrete Test Cylinders 10.00 each Spare Specimens Processed but not Tested 10.00 each Aggregate Sieve Analysis Dry Sieve 6.50 each Wet Sieve 20.00 each Specific Gravity and Absorption of Aggregate 75.00 each Dry Rodded Unit Weight of Aggregate 50.00 each Sodium Sulfate Soundness (5 cycles) 250.00 each Additional Cycles 25.00 each ASPHALT: Asphalt Mix Design $500.00 each Review Asphalt Mix Design $150.00 each In -Place Compaction Test -Nuclear Gauge$ 13.50 each (minimum of 3 per trip) Marshall Test including Stability, Flow, Laboratory Density, Percent Air Voids, Percent Voids in Mineral Aggregate (3 specimens per test) $175.00 each Extraction including percent Bitumen and Aggregate Gradation $125.00 each Laboratory Density of Cored Plugs including Depth Measurement $ 18.00 each MISCELLANEOUS: Fireproofing Unit Weight Bonding Strength Thickness and Sampling (actual time required for two technicians) Structural Steel Bolt Torque Testing Technician(s) Engineer Pneumatic Torque Wrench Calibration (twice per day) Visual Weld Inspection Engineer Concrete or Asphalt Coring Core Machine & Technician Additional Technician, if required Compressive Strength of Concrete Cores $ 15.00 each $ 25.00 each $ 30.00 per hour $ 30.00 per hour $ 70.00 per hour $ 50.00 each $ 70.00 per hour $ 50.00 per hour $ 27.80 per hour $ 25.00 each **Subjectto adjustment annually, on/about July 1st. FEE:MAT-LA8:095:jm APPENDIX "D" McCLELLAND Po. Box 3.23 I� CONSUL TING Fayetteville, Arkansas 72702-1 «� ENGINEERS, INC.01-443-2 77 DESIGNED ro SE/YE . FAX 501-443-9924141 GEOTECHNICAL INVESTIGATION SCOPE AND FEE SCHEDULE 24th STREET RECONSTRUCTION CITY of FAYETTEVILLE FAYETTEVILLE, ARKANSAS January 29, 1996 Item No. Item Description / ASTM Designation I Quantity Units I Unit Price I Extended 1 Equipment Mobilization and Demobilization I LS $80.00 $80.00 Subtotal $80.0O 2 Boring Setup Charges 6 EA $25.00 $150.00 Subtotal $150.00 3 Soil Drilling and Sampling, AS -M D-1 586 & ASTM D-1 587 Soil Drilling within Roadway Area (6 Borings - 52 feet) 52 LF $8.00 $416.00 Subtotal $416.00 4 Soil and Rock Laboratory Testing ASTM D-2216, Moisture Content Determination 12 EA $8.00 $96.00 ASTM D-4318, Liquid and Plastic Limit of Soils 10 EA $45.00 $450.00 ASTM D-422, Gradation Analysis of Soils (5 Sieves) 8 EA $50.00 $400.00 ASTM D-2166, Unconfined Compressive Strength of Soils 0 EA $40.00 $0.00 ASTM D-2166, Dry Unit Weight of Soil Specimans 8 EA $8.00 $64.00 ASTM D-1883, California Bearing Ratio 6 EA $250.00 $1,500.00 Subtotal $2,510.00 Geotechnical Engineering Report and Recommendations Engineering Supervision (Project Manager) 5 HR $85.00 $425.00 Engineering Recommendations (Project Engineer) 15 HR $65.00 $975.00 Boring Plot Plan & Log Preparation (Draftsman) 4 HR $35.00 $140.00 Report Preparation (Clerical) 2 HR $30.00 $60.00 Subtotal $1,600.00 ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING $4,156.00 QUOTE Not to exceed $4,765.00 SUMITTED BY: R. WAY JONE , P.E. Project anger McClelland Consulting Engineers, Inc. 3.24