Loading...
HomeMy WebLinkAbout141-02 RESOLUTIONNAME OF FILE: CROSS REFERENCE: Item # Date • Resolution No. 141-02 Document 1 09/17/02 Resolution 141-02 2 09/17/02 Agreement between the City of Fayetteville and McClelland consulting Engineers 3 08/28/02 Letter to Dan Coody, Mayor from Jim Beavers, City Engineer 4 09/17/02 Staff review form - Engineering services contract with McClelland Engineers for tank painting in the amount of $31,481.00 5 09/20/02 Memo Woodruff, to Jim Beavers, engineering Division from Heather City Clerk NOTES: • • CITY OF FAYETTEVILLE AGREEMENT FOR ENGINEERING SERVICES WATER TANK PAINTING AND REPAIRS RODGERS DRIVE NO. 2 AND GOSHEN TANKS STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this 7111 /day of 2002, by and between the City of Fayetteville, Arkansas, acting by and through is Mayor, and McClelland Consulting Engineers, Inc., with offices located in Fayetteville, Arkansas. ,PEs. /4'/ -oz WITNESSETH THAT: WHEREAS, the City of Fayetteville requires engineering services to prepare Plans, Specifications and Bid Documents, to provide Bidding Assistance and to perhaps provide Construction Management assistance for repainting and renovating two water storage tanks, specifically the Rodgers Drive No. 2 Tank and Goshen Tank; and WHEREAS, the City of Fayetteville has selected McClelland Consulting Engineers, Inc. to provide the required engineering services; NOW THEREFORE, it is considered to be in the best public interest for the City of Fayetteville to obtain assistance of McClelland Consulting Engineers 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: SECTION 1.0 EMPLOYMENT OF McCLELLAND CONSULTING ENGINEERS The City of Fayetteville agrees to employ McClelland Consulting Engineers, Inc. to perform, and McClelland Consulting Engineers agrees to perform, professional engineering services in connection with the project set forth in the Sections to follow; and the City of Fayetteville agrees to pay and McClelland Consulting Engineers agrees to accept, as specified in the Sections to follow as full and final compensation for work accomplished. SECTION 2.0 DESCRIPTION OF THE PROJECT The project shall consist of preparation of Plans, Specifications and Bid Documents for repainting and renovating the Rodgers Drive No. 2 Tank and the Goshen Tank. The Documents shall require the removal of the cathodic protection system in the Rodgers Dnve Tank with repair of the roof handholes and other cathodic protection appurtenances. No new cathodic protection system will be installed. The Documents shall also address use of the tank for a concert, after the interior is painted but before the interior is disinfected. J:\2002\Agreements\ENG-AGR for Rodgers Drive Tank 8-27-02.doc 1 of 10 • • • The project shall consist of assistance during the bidding process, to include issuing Bid Documents, addressing bidders' questions, attending the bid opening, preparation of a bid tabulation and recommendation of contract award. The project shall also consist of providing Construction Management Services to include review of submittals, construction observation, approval of monthly pay requests and project close-out services. SECTION 3.0 SERVICES TO BE FURNISHED BY McCLELLAND CONSULTING ENGINEERS 3.1 McClelland Consulting Engineers shall provide at their own expense a suitable engineering staff to prepare the necessary Plans, Specifications and Bid Documents, obtain the City of Fayetteville's approval of said documents and then obtain approval of the Arkansas Department of Health of said documents. The Bid Documents would include any itemized repairs that became evident during an internal and external inspection of the two tanks. This inspection has been completed for the Goshen Tank and will be completed for the Rodgers Drive Tank No. 2. 3.2 McClelland Consulting Engineers, Inc. shall issue Bid Documents to prospective bidders, shall answer bidders' questions and shall attend the bid opening. A bid tabulation and recommendation of contract award shall be completed by McClelland Consulting , Engineers, Inc. 3.3 McClelland Consulting Engineers, Inc. shall provide Construction Management Services to include review of submittals, construction observation on a part-time, as needed basis (construction observation services will be coordinated with the Contractor to insure that all blasted services are inspected prior to painting and that all painted surfaces are inspected prior to subsequent coating applications; however, a construction observer will not be on-site on a full-time basis to observe all blasting operations or all painting operations), and review and approval of monthly pay requests, as well as project close- out documents. SECTION 4.0 INFORMATION AND SERVICES TO BE PROVIDED BY THE CITY OF FAYETTEVILLE 4.1 In connection with the project, the City of Fayetteville's responsibilities shall include, but not be limited to, the following: 4.1.1 Giving thorough consideration to all documents presented by McClelland Consulting Engineers and informing McClelland Consulting Engineers of all 1:\2002\Agreements \ENG -AGR for Rodgers Drive Tank 8-27-02.doc 2 of 10 • 4s. /i/ -OA - decisions within a reasonable time so as not to delay the work of McClelland Consulting Engineers. 4.1.2 Making provision for the employees of McClelland Consulting Engineers to enter the tank sites to perform any necessary inspections. 4.1.3 Furnishing McClelland Consulting Engineers such plans and record of construction of existing facilities, or copies of same, bearing on the proposed work as may be in the possession of the City of Fayetteville. Such documents or data will be returned upon completion of the work or at the request of the City of Fayetteville. 4.1.4 Coordinating the draining of Rodgers Drive Tank No. 2 so that its interior can be inspected and the needed repairs can be itemized in the Bid Documents. The tank would then be left empty during the plans approval and bidding process, so that it would be available for prospective bidders to inspect. 4.1.5 Providing specific requirements for the scheduling of a concert or recording session inside the Rodgers Drive Tank No. 2. 4.1.6 Giving prompt written notice to McClelland Consulting Engineers whenever the City of Fayetteville observes or otherwise becomes aware of events which may substantially alter McClelland Consulting Engineers' performance under this Agreement. SECTION 5.0 COORDINATION WITH THE CITY OF FAYETTEVILLE McClelland Consulting Engineers, Inc. shall hold conferences throughout the course of the engineering design with representatives of the City of Fayetteville with the intent that the design, as perfected, shall have full benefit of the City of Fayetteville's knowledge and be consistent with the current policies and construction practices of the City of Fayetteville. SECTION 6.0 OFFICE LOCATION FOR REVIEW OF WORK Review of the work as it progresses under this Agreement shall be made at McClelland Consulting Engineers' or the City of Fayetteville's office, as appropriate to the task at hand. SECTION 7.0 DOCUMENT SUBMITTAL McClelland Consulting Engineers, Inc. shall submit the following documents to the City of Fayetteville for review: 7.1. Two (2) copies of the draft Bid Documents 1:\2002\Agreements \ENG -AGR for Rodgers Drive Tank 8-27-02.doc 3 of 10 • • ,frs. /44/ -002a- 7.2. 4(/ -O .. 7.2. Two (2) copies of the final Bid Documents 7.3. Two (2) copies of any appropriate Record Drawings with an electronic copy. SECTION 8.0 SUBCONTRACTING Subcontracting by McClelland Consulting Engineers of any of the services provided herein shall require prior approval by the City of Fayetteville. SECTION 9.0 TIME OF BEGINNING AND COMPLETION McClelland Consulting Engineers shall begin work under this Agreement within ten (10) days of notice of proceed. It is anticipated that the time required to complete the draft Bid Documents will be 30 days after the Rodgers Drive Tank No. 2 is made available for internal and external inspection. Final Bid Documents will be completed within two weeks of receipt of the review comments from the City of Fayetteville. Bidding and completion of the repainting work shall be scheduled with representatives of the City of Fayetteville and completed in an expeditious fashion, upon approval of the Bid Documents by the Arkansas Department of Health. SECTION 10.0 FEES AND PAYMENTS In consideration of the performance of the foregoing services, the City of Fayetteville shall compensate McClelland Consulting Engineers, Inc. as follows: 10.1 For engineering services set out under Section 3.0, payment shall be based on the actual time required to perform the work by the various classifications of employees at the hourly rates set out in Attachment 1, plus reimbursable expenses. 10.2 McClelland Consulting Engineers, Inc. agrees to keep an accurate record of the hours of the personnel working on the project. The schedule of Hourly Rates shown in Attachment 1 will be revised on October 1 of each calendar year. 10.3 McClelland Consulting Engineers, Inc. shall be reimbursed for expenses as hereinafter set out when the expense to be incurred is approved in advance by the City of Fayetteville's representative. Reimbursable expenses shall include: 1) travel costs, 2) reproduction expenses, 3) Health Department review expenses, 4) other expenses directly attributable to the project, including any work performed by subcontractors. McClelland Consulting Engineers, Inc. shall charee the City of Fayetteville for reimbursable expenses at actual cost The cost for reimbursable expenses under this section is estimated to be $1,050.00. 10.4 The estimated total compensation for the services set out under Section 3.0 is $31,481.00 including reimbursable expenses of $1,050.00. The basis of this cost estimate is shown J:\20021Agreements\ENG-AGR for Rodgers Drive Tank 8-27-02.doc 4 of 10 411 REs. /m/ -0z .. in Attachment 2. This total compensation will not be exceeded without prior authorization from the City of Fayetteville. Subject to the City Council of the City of Fayetteville's prior approval, adjustment of this upper limit may be made should McClelland Consulting Engineers and the City of Fayetteville agree that there has been a significant change in scope, character or complexity of the services to be performed. It is understood and agreed that the total compensation cost ceiling does not cover unforeseen contingencies such as litigation or other events not normally expected. 10.5 The breakdown of costs between the various work tasks as given in Attachment 2 is a convenience and is not intended to set a maximum cost for any of the work tasks. Costs may be transferred from one work task to another so long as the maximum cost as given above is not exceeded. 10.6 Billing shall be submitted monthly and shall include all costs accrued plus reimbursable expenses. The City of Fayetteville will make every effort to approve and pay such invoices within 30 days of the date of the invoice. SECTION 11.0 CHANGES The City of Fayetteville 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. 11.2 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and/or the City Council in advance of the change in scope, cost or fees. 11.3 Any claim by McClelland Consulting Engineers, Inc. for adjustment under this clause must be asserted within thirty (30) days from the date of receipt by McClelland Consulting Engineers, Inc. of the notification of the change, provided, however, that the City of Fayetteville, if it decides that the facts justify such action, may receive and act upon any such claim assessed 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 14.0 MISCELLANEOUS PROVISIONS, (1) Dispute Resolution. However, nothing in this clause shall excuse McClelland Consulting Engineers, Inc. from proceeding with the contract as changed. J:\2002\Agreemcnts\ENG-AGR for Rodgers Drive Tank 8-27-02.doc 5 of 10 • • SECTION 12.0 OWNERSHIP OF DOCUMENTS • As. PH -0z 12.1 Engineering documents, including drawings, prepared by McClelland Consulting Engineers, Inc. as part of the services, shall become the property of the City of Fayetteville when McClelland Consulting Engineers, Inc. has been compensated for all services rendered, provided, however, that McClelland Consulting Engineers, Inc. shall have the unrestricted right to their use. McClelland Consulting Engineers, Inc. shall, however, retain its rights in its standard drawing details, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the services shall remain the property of McClelland Consulting Engineers, Inc. 12.2 Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. McClelland Consulting Engineers, Inc. makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. SECTION 13.0 POSTPONEMENT OR CANCELLATION OF THE CONTRACT It is understood that the City of Fayetteville will have the right to suspend or cancel the work at any time. 13.1 Postponement. Should the City of Fayetteville, for any reason whatsoever, decide to postpone the work at any time, the City of Fayetteville will notify McClelland Consulting Engineers, Inc., who will immediately suspend work. Should the City of Fayetteville 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. 13.2 Cancellation. Should the City of Fayetteville, for any reason whatsoever, decide to cancel or to terminate the use of McClelland Consulting Engineers' service, the City of Fayetteville will give written notice thereof to McClelland Consulting Engineers, Inc., who will immediately terminate the work. It the City of Fayetteville so elects, McClelland Consulting Engineers, Inc. may be instructed to bring a reasonable stage of completion to those items whose value would otherwise be lost. McClelland Consulting Engineers, Inc. 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 McClelland Consulting Engineers' services, McClelland Consulting Engineers shall be paid for the work completed to the time of termination and for reasonable termination expenses. 1:\2002\Agreements\ENG-AGR for Rodgers Drive Tank 8-27-02.doc 6 of 10 • • SECTION 14.0 MISCELLANEOUS PROVISIONS 45. net oZ 14.1 Dispute Resolution In an effort to resolve any conflicts that arise during the development of the Project or following the completion of the Project, the City of Fayetteville and McClelland Consulting Engineers, Inc. agree that all disputes between them arising out of or relating to this Agreement or the Project shall be submitted to non- binding mediation unless the parties mutually agree otherwise. The City of Fayetteville and McClelland Consulting Engineers, In. further agree to include a similar mediation provision in all agreements with independent contractors and consultants (if any) retained for the Project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with their subcontractors, subconsultants, suppliers or fabricators, thereby providing for mediation as the primary method for dispute resolution between the parties to all those agreements. 14.2 Responsibility for Claims and Liability. McClelland Consulting Engineers, Inc. shall save harmless the City of Fayetteville from all claim and liability due to its (McClelland Consulting Engineers') negligent activities, or those subcontractors, its agents, or its employees during the time this contract is in force. In the event such liability, claims, actions, causes of action or demands are caused by the point or concurrent negligence of more than one party, such liability shall be borne by each party in proportion to their own fault. 14.3 General Compliance with Laws. McClelland Consulting Engineers, Inc. shall endeavor to comply with federal, state and local laws and ordinances applicable to the work. The project engineer shall be a professional engineer, licensed in the State of Arkansas. 14.4 Engineer's Endorsement. McClelland Consulting Engineers, Inc. shall endorse and recommend engineering data furnished by it. All work shall be checked in accordance with accepted engineering practices. NO OTHER WARRANTY, EXPRESS OR IMPLIED, IS INCLUDED IN THIS AGREEMENT OR IN ANY DRAWING, SPECIFICATION, REPORT, OR OPINION PRODUCED PURSUANT TO THIS AGREEMENT. 14.5 Opinions of Cost and Schedule. McClelland Consulting Engineers, Inc. has no control over the cost of labor, materials, or equipment furnished by others, or over the resources provided by others to meet project schedules. Therefore, McClelland Consulting Engineers' opinion of probable costs and of suggested project schedules shall be made on the basis of experience and qualifications as a professional engineer. McClelland Consulting Engineers, Inc. does not guarantee that proposals, bids, or actual project costs will not vary from McClelland Consulting Engineers' cost estimates or that actual schedules will not vary from McClelland Consulting Engineers' projected schedules. 1:\2002\Agreements\ENG-AOR for Rodgers Drive Tank 8-27-02.doc 7 of I0 r • • ,QES./#/oz 14.6 Waiver of Subrogation. The parties waive any and all rights against each other, including their rights of subrogation, for damages covered by property insurance during and after the completion of the services. If the services extend to the construction phase of this project, a similar provision shall be included in all construction contracts, subcontracts and supply agreements entered into by the City of Fayetteville and shall protect the City of Fayetteville and McClelland Consulting Engineers, Inc. to the same extent. 14.7 No Consequential Damages. To the fullest extent permitted by law, neither party shall be liable to the other for any special, indirect, consequential, punitive or exemplary damages resulting from the performance of this Agreement notwithstanding the fault, tort (including negligence), strict liability or other basis of legal liability of the party so released or whose liability is so limited and shall extend to the officers, directors, employees, licensors, agents, subcontractors, vendors and related entities of such party. 14.8 Arkansas Freedom of Information Act. McClelland Consulting Engineers, Inc. agrees that it will provide to the City of Fayetteville, at a cost to be agreed upon, all documents in its possession that are, under this Agreement, the property of the City of Fayetteville and which the City of Fayetteville believes to be subject to an Arkansas Freedom of Information Act request made to it, or, in anticipation of such a request, which it believes necessary for it to possess. McClelland Consulting Engineers, Inc. further agrees that it will request of all subconsultants, retained by McClelland Consulting Engineers, Inc. to perform services under this Agreement, to provide to the City of Fayetteville, at a cost to be agreed upon, all documents in the possession of such subconsultants that are, under this Agreement, the property of the City of Fayetteville and which the City of Fayetteville believes to be subject to an Arkansas Freedom of Information Act request made to the City of Fayetteville, or, in anticipation of such a request, which it believes necessary for the City of Fayetteville to possess. McClelland Consulting Engineers, Inc will produce all documents or material in the format that are kept by McClelland Consulting Engineers, Inc., or at the option of McClelland Consulting Engineers, Inc., in some other format. If a specialized format is requested by the City of Fayetteville, the cost of conversion, if that additional responsibility is accepted by McClelland Consulting Engineers, Inc., will be borne by the City of Fayetteville at the then -prevailing rates for the parties actually performing the conversion. McClelland Consulting Engineers, Inc. agrees to use due diligence to comply with all the requirements of the Arkansas Freedom of Information Act. Nothing in this Agreement shall constitute an acceptance of McClelland Consulting Engineers, Inc. or it subconsultants to the application of the Arkansas Freedom of Information Act to McClelland Consulting Engineers, Inc. or its subconsultants or to McClelland Consulting Engineers' or subconsultant's books, records, drawings, or other items not constituting the property of the City of Fayetteville under this Agreement, nor a waiver of its rights to object to any requests made to it pursuant to the Arkansas Freedom of Information Act by any person or entity not a party to this Agreements. J:\2002\Agrcements\ENG-AGR for Rodgers Drive Tank 8-27-02.doc 8 of 10 • • SECTION 15.0 SUCCESSORS AND ASSIGNS les . //- 02 The City of Fayetteville and McClelland Consulting Engineers, Inc. each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Agreement, except as above, neither the City of Fayetteville nor McClelland Consulting Engineers, Inc. shall assign, sublet or transfer its interest in this Agreement without written consent of the other, except that it may be assigned without such consent to the successor of either party, or to a related entity, an affiliate or wholly owned subsidiary of either party. 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 16.0 COVENANT AGAINST CONTINGENT FEES McClelland Consulting Engineers, Inc. warrants that it has not employed or retained by company or person, other than a bona fide employee working solely for McClelland Consulting Engineers, Inc., to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for McClelland Consulting Engineers, Inc., 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 City of Fayetteville shall have the right to annul this contract without liability. SECTION 17.0 INSURANCE McClelland Consulting Engineers, Inc. agrees to maintain standard insurance policies through the life of this Agreement, including Workers' Compensation in accordance with the statutory requirements of the State of Arkansas, comprehensive general liability, automobile liability, and professional liability with a limit of$1,000,000.00. SECTION 18.0 STANDARD OF CARE Services provided by McClelland Consulting Engineers, Inc. under this Agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. SECTION 19.0 LIST OF ATTACHMENTS The following attachments are hereby made a part of this contract: Attachment 1 — Billing Rates Attachment 2 — Estimate of Engineering Costs 1:\2002\Agreements\ENG-AGR for Rodgers Drive Tank 8-27-02.doc 9 of 10 • • • 4s. /41/- o t. 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, ARKANSAS By: Dan Coody, Mayor v.1LIJtP�'•. a l(c \ et 1:\2002Wgreemenls\ENG-AGR for Rodgers Drive Tank S-27-02.doc McCLELLAND CONSULTING ENGINEERS, INC. By ATTEST: uinn, President %JL obee, Vice -President lOof 10 • • CATEGORY Principal Engineer/Project Manager Senior Project Engineer Junior Project Engineer Electrical Engineer Mechanical Engineer Structural Engineer Senior Engineering Technician Senior Construction Observer Junior Construction Observer Chief Draftsman Senior Draftsman Junior Draftsman Computer Technician Registered Land Surveyor Survey Crew (2 -Man) Party Chief Soils Lab Supervisor Soils Lab Technician Water Lab Supervisor Water Lab Technician Clerk/Typist Mileage ATTACHMENT 1 BILLING RATES • *HOURLY RATE $105.00 $80.00 $55.00 $80.00 $75.00 $80.00 $57.00 $59.00 $38.00 $59.00 $49.00 $34.00 $55.00 $60.00 $95.00 $37.00 $52.00 $34.00 $45.00 $25.00 $35.00 $0.34 * Subject to adjustment annually, on/about October 1St. 1:\2002Wgreements\ENG-AGR for Rodgers Drive Tank 8-27-02.doc • • • • ATTACHMENT 2 ESTIMATE OF ENGINEERING COSTS I PREPARATION OF BID DOCUMENTS Category Principal Engineer Project Manager Senior Engineering Technician Chief Draftsman Senior Draftsman Clerk/Typist Estimated Hours 3 60 4 4 18 30 II BIDDING PHASE Principal Engineer Project Manager Clerk/Typist 2 18 8 III CONSTRUCTION MANAGEMENT PHASE Principal Engineer Project Manager Senior Construction Observer Junior Construction Observer Clerk/Typist Estimated Total Labor Estimated Reimbursable Expenses 4 48 120 160 12 Estimated Total Not to be Exceeded 1:\2002\Agreemenis\ENG-AGR for Rodgers Drive Tank 8-27-02.doc Rate $105.00 $105.00 $ 57.00 $ 59.00 $ 49.00 $ 35.00 Subtotal $105.00 $105.00 $ 35.00 Subtotal $105.00 $105.00 $ 59.00 $ 38.00 $ 35.00 Subtotal Estimated Cost $ 315.00 $6300.00 $ 228 00 $ 236.00 $ 882.00 $1050.00 $9011.00 $ 210.00 $1890.00 $ 280.00 $2380.00 $ 420.00 $5040.00 $7080.00 $6080.00 $ 420.00 $19,040.00 $30,431.00 $ 1,050.00 $31,481.00 • • FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS 113 W. Mountain St. Fayetteville, AR 72701 Engineering Division To: Dan Coody, Mayor City Council Thru: Greg Boettcher, Public Works Director Staff Review From. Jim Beavers, City Engineer 'µ]rd Date: August 28, 2002 Re: City Council Meeting September 17, 2002 Engineering services contract with McClelland Engineers for the tank painting at Rodgers Drive Tank II and the Fayetteville water tank at Goshen. Please find enclosed the proposed engineering contract with McClelland Engineers for tank painting at Rodgers Drive Tank 11 and the Fayetteville water tank at Goshen. The Rodgers Drive Tank II is a budgeted 2002 CIP project. The City's tank at Goshen (purchased by the City as a part of the White River Rural Water System) is showing signs of distress and requires maintenance painting. For economy, staff requests that these two tanks may be combined within one engineering and one construction contract. Based upon a formal engineenng selection process in compliance with State law and City policy, the firm of McClelland Engineers was selected for this project The proposed engineering services contract with McClelland Engineers is in the not -to -exceed amount of $31,481.00. The contract is summarized as $9,011.00 for design and contract documents, $2,380.00 for bidding phase and contract award services , $19,040.00 for construction phase services and $1,050.00 for reimbursable expenses. The contract is formulated to allow the City to analyze the need for the construction phase services at the time of the construction contract award and further utilize McClelland as -needed balanced with the staff's ability to perform this phase in-house. Enc: 1. Original contract. 1 I0 RegulsiUon No.: Date: 9-03-02 P.O. Number Expected DeliveryDate ASAP Mail:' Yea No X O PY Taxable: • Yes No A Division rd Approval: AL, LlarA44 J `C prt. O CO• 1 1I 1peolMYneroetloae: A PLEASE RETURN PO TO ENGINEERING I1, $36,4 '-I 1-1 VI O CV 5400-5600-5808.00 C Purchne Requlaltlon endor $ Vendo► Name: 7460 McClelland Consulting Engineers • F08 Point PO Box 1229 Shlp To Code: [_. 090 72702 requester. s _ Jim Beavers {I v VD M T 1 ? C@5 m • ID 1 Tank Painting Engineering Services Contract i r~-1 11 W u u w P 0 w • • • STAFF REVIEW FORM x AGENDA REQUEST x CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of September 17, 2002 FROM: Jim Beavers ' Engineering Name Division Public Works Department ACTION REQUIRED: 1. Approval of a resolution awarding the engineering services contract for tank painting to McClelland Engineers in the amount of $31,481.00. The project includes the second Rodgers Tank and the City of Fayetteville's tank at Goshen. 2. A project contingency of $5,000.00. COST TO CITY: 36,481 Lost of this Request 5400-5600-5808.00 Account Number 02031 - 10 Project Number $280,000 Category/Project Budget 2002 $0 • Funds Used To Date 2002 $280,000 • Remaining Balance 2002 Prior to this request Tank Painting Category/Project Name Water/Sewer Impr Program Name Water/Sewer Fund }Fund BUDGET REVIEW x Budgeted Item el - Bud anager Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW Alts -76/02— Accounting /OZ Accounting Managers „ Date City Attorf<ey GRANTING AGENCY: q(3'oy Internal Au or Date Date ADA Coordinator Date '• rA. • • Purchasing Officer Date Grant Coordinator Date STAFF RECOMMENDATION: Approval t Feat do D vision Head te•ZS •402- Date 02 Date Administrative Services Director Cross Reference New Item: Yes x No Prev Ord/Res #: Orig Contract Date: Orig Contract No: FAYETTEVIPI.E THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Jim Beavers, Engineering Division From: Heather Woodruff, City Clerk Date: September 20, 2002 Please find attached a copy of Resolution No. 141-02 approving a contract for engineering services with McClelland Consulting Engineers, Inc. for design bid, and construction supervision services for the painting of Rodgers Drive Water Tank II and Goshen Water Tank. The original will be microfilmed and filed with the City Clerk I am forwarding the Purchase Requisition Form to the Internal Audit Division. cc: Nancy Smith, Internal Audit Peggy Vice, Purchasing Note: I am returning three (3) contracts to you. 015 04 Document Reference Date RES 9/17/2002 City Fayetteville ntenance/Inquiry Item Action Ref. Taken Brief Description 141 MCCELLAND/RODGERS/GOSHEN/WATERTANKS • 9/26/2002 13:46:05 Keywords • File Reference # Security Class Expiration Date Date for Cont/Referred: Name Referred to • Cmdl-Return Cmd2-Check out CmdS-Abstract Yes No • • • RES. 141-02 MCCELLAND CONSULTING ENGINEERS RODGERS DRIVE WATER TANK II GOSHEN WATER TANK 09/17/02 WATER TANK CONTRACT ENGINEERING SERVICES CONSTRUCTION SUPERVISION SERVS MICROFILM Retention Type: **** Active **** Press Cmd 6 to Update Cmd8-Retention Cmd3-End Press 'ENTER' to Continue (c) 1986-1992 Munimetrix Systems Corp. v. RESOLUTION NO. 141-02 A RESOLUTION TO APPROVE A CONTRACT FOR ENGINEERING SERVICES WITH MCCLELLAND CONSULTING ENGINEERS, INC. FOR DESIGN BID, AND CONSTRUCTION SUPERVISION SERVICES FOR THE PAINTING OF RODGERS DRIVE WATER TANK II AND GOSHEN WATER TANK BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves the engineering services contract with McClelland Consulting Engineers, Inc. in the amount of $31,481.00 plus a project contingency of $5,000.00 for design, bid, and construction supervision for the painting of two City of Fayetteville water tanks (Rodgers Drive II and Goshen). This contract is attached as Exhibit A. PASSED and APPROVED this the 17th day of September, 2002. n v t -y IV to, - ct • • aim;WY oodruff, City c4 rk APPROVED: By: DAN COODY, Ma