HomeMy WebLinkAbout18-05 RESOLUTIONRESOLUTION NO. 18-05
A RESOLUTION TO APPROVE AMENDMENT #1 OF THE
CONTRACT WITH MCCLELLAND CONSULTING
ENGINEERS, INC. IN THE AMOUNT OF $25,100.00 FOR
THE FARMINGTON WATERLINE REPLACEMENT PROJECT
NOW, THEREFORE, 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 Amendment #1 of the contract with McClelland Consulting Engineers, Inc.
(attached as Exhibit A) in the amount of $25,100.00 for final design and bidding services
for the Farmington Waterline Replacement Project.
PASSED and APPROVED this lst day of February, 2005.
ATTEST:
1;C).* • CI O,�.L%
�U • 'p�?
FAYETTEVILLE • '-
% s•9PICANSPtc$
��'lef,"G wino-�0 • 0 iii
By:
SONDRA SMITH, City Clerk
By:
APPROVED:
DAN COODY, Mayor
• •
AMENDMENT NO. 1
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
FAYETTEVILLE HIGHWAY 62 WATER MAIN RELOCATION
RELOCATION OF WATER MAINS IN FARMINGTON, ARKANSAS
FINAL DESIGN AND BIDDING SERVICES
The Agreement for Professional Engineering Services executed on May 18, 2004
for Relocation of Water Mains in Farmington, Arkansas is hereby amended. This
Amendment entered into and executed on the date indicated beneath the signature blocks,
by and between the City of Fayetteville (hereinafter "City of Fayetteville") and
McClelland Consulting Engineers, Inc. (hereinafter "McClelland") changes the
authorized Scope of the Project, and the Fees and Payments due to the requested increase
in scope of services on the Farmington water main project.
The Agreement defines the Scope of Services for:
1. Preliminary Design Phase Services
2. Final Design Phase Services
3. Bidding Phase Services
4. Construction Phase Services
5. Post -Construction Phase Services
However, only the Preliminary Design Phase Services were authorized for
completion in the basic Agreement and were covered in Section 6, Payments to
McClelland.
The purpose of this Amendment No. 1 is to authorize McClelland to complete
Final Design Phase Services and Bidding Phase Services as defined in the Agreement,
and to establish compensation for these services.
SECTION 2 — BASIC SERVICES OF MCCLELLAND
McClelland is hereby authorized to complete Final Design Phase Services as
defined under Section 2.3 of the Agreement, to include preparation of property mapping
FY042125 Amendment No. 1 1
•
•
and detailed easementdocuments as defined under Subsection 2.3.6. McClelland is
further hereby authorized to complete Bidding Phase Services as defined under Section
2.4 of the Agreement.
SECTION 6 — PAYMENTS TO MCCLELLAND
Compensation for Final Design Phase Services excluding easement preparation
shall be based upon cost reimbursement, plus profit, as established under Subsection
6.1.1 for Preliminary Design Phase Services. Compensation for easement preparation
services shall be based on a unit price of $400 per easement. The total contract amount
authorized for Final Design Phase Services shall be as follows:
Final Design Phase Services, Cost Reimbursement not to exceed: $17,600
Final Design Phase Services, Profit: $ 2,100
Easement Preparation Services, 41 estimated @ $400/Ea $16,400
Total Final Design Contract Amount Authorized $36,100
Compensation for Bidding Phase Services shall be based upon cost
reimbursement, plus profit, as established under Subsection 6.1.1 for Preliminary Design
Phase Services. The total contract amount authorized for Bidding Phase Services shall be
as follows:
Bidding Phase Services, Cost Reimbursement, not to exceed:
Bidding Phase Services, Profit:
Total Bidding Phase Contract Amount Authorized
$ 3,200
$ 400
$ 3,600
The combined total contract amount authorized for both Final Design and Bidding
is $39,700. It is estimated that $14,600 of the $60,000 previously authorized for the
Preliminary Design Phase Services can be transferred to Final Design and Bidding Phase
Services, so that an Agreement Amendment Total Contract Amount for Preliminary
Design, Final Design and Bidding Services is eighty-five thousand one hundred dollars
($85,100). Consequently, this Amendment No. 1 authorizes an additional twenty-five
thousand one hundred dollars ($25,100) to the originally approved sixty thousand dollars
($60,000).
FY042125 Amendment No. 1 2
• •
All other provisions and conditions of the original Agreement remain in full force
and effect. Final Design and Bidding Services shall be completed to conform to the
requirements of the Arkansas Highway and Transportation Department's project
schedule.
IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly
executed as of the date and year first herein written.
FOR: THE CITY OF FAYETTEVILLE:
,�auintnn„
S'%
• cos.
•
•,:
' •FAYETTEVILLE•
=�y� .9QKANs:t• Jci�
A e-42 •
�ON�
Attest:
FOR: McCLELLAND CONSULTING ENGINEERS, INC.:
By:
Date: 1 & " 1 ' CIE
Attest:
FY042125 Amendment No. 1 3
•
To: Fayetteville City Council
Thru: Dan Coody, Mayor
Gary Dumas, Director of Operations
Gary Coover, City Engineer
From:
Sid Norbash, Staff Engineer
Subject Highway 62 (Farmington) Waterline Relocation Project
Engineering Contract Amendment #1 with McClelland Consulting
Engineers, Inc.
,ets
alp /os
8-05
pk C/t llaad
1719 fuels piintdoeiefr
41/
BACKGROUND
Highway 62 is scheduled for improvements and widening in Farmington from Hwy 170
intersection and proceed along Hwy 62 west for approximately one mile (please see
attached map). Fayetteville owns the water distribution system in Farmington and is
responsible for the relocation of water mains in conflict with the planned highway
construction.
In 2004 McClelland Consulting Engineers, Inc. was selected and awarded a contract to
perform the following services:
The Agreement defines the Scope of Services as following Phases:
1. Preliminary Design Phase Services
2. Final Design Phase Services
3. Bidding Phase services
4. Construction Phase Services
5. Post -Construction Phase Service
The City Council approved the not to exceed contract in the amount of $60,000 for
performing above Phase #1, which included the following items of work:
Preliminary engineering plan for the water line relocation work
Project cost estimate
Project right-of-way needs
Project schedule
Engineering surveys of proposed water line construction routes
Schematic engineering design
The above tasks have been accomplished to date by McClelland Engineers at the cost
$45,400, leaving a balance of $14,600 on this contract. The attached Amendment #1 is to
perform Phases #2 & #3 mentioned above, which are final design and bidding phases of
this contract. The work for Phases #4& #5 will be followed later through future
Amendment #2 to this contract.
c
Pt
4
t
r
DISCUSSION / STATUS
McClelland Engineering has fulfilled the scope of their current agreement with the City
of Fayetteville, having furnished the necessary engineering analyses for the Preliminary
Design Phase. The next two phases of the work will be to complete the final design and
provide the bidding and construction contract documents. The attached not to exceed
Amendment No. 1 has been negotiated with McClelland Consulting Engineers, Inc. in the
amount of $25,100 to perform the above mentioned tasks.
Please be advised that since there is a balance of $14,600 on the existing contract the cost
of completing the work is as follows:
Cost of completion of design
and bidding phase services $39,700
Less balance on existing contract $14,600
Net cost of Amendment #1 $25,100
McClelland Engineers have submitted a preliminary construction cost estimate which is
attached. Table #1 estimates the cost of the relocations necessitated by the Highway
Department's construction Table #2 estimates the highly desired additional.
improvements to the system, per David Jurgens, Water & sewer Maintenance
Superintendent.
RECOMMENDATION:
The Staff recommends award of the Amendment #1 to the Engineering Contract with
McClelland Consulting Engineers, Inc. in the amount of $25,100.
FUNDING FOR 2005:
2004 expenditure
2005 Budget
Amendment #1
Remaining Funds
Preliminary cost estimates are as follows:
$45,400.00
$1,000,000
$ 25,100
$ 974,900
From attached Table #1 Cost of the necessitated relocations $880,602
• •
From attached Table #2 Cost of the additional improvements $209,076
Estimated Engineering for construction management $ 80,000
Total estimated
Available Budget
$1,169,678
$ 974,900
Over -Run $ 194,778
The reason for the estimated cost over -run is that the original estimate did not include the
additional improvements which involve four water line looping areas to provide much
better service to the customers. If this work is performed as part of this large project the
City will obtain better prices for the construction.
During the final design phase, all efforts will be made to bring this project within the
2005 budget. Final evaluation will be made after official bids are received, and Staff will
provide final recommendations to the Council.
SN/sn
Attachments: Amendment #1
Vicinity Map
Cost Estimates
• •
RESOLUTION NO.
A RESOLUTION TO APPROVE AMENDMENT #1 OF THE
CONTRACT WITH MCCLELLAND CONSULTING
ENGINEERS, INC. IN THE AMOUNT OF $25,100.00 FOR
THE FARMINGTON WATERLINE REPLACEMENT PROJECT
NOW, THEREFORE, 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 Amendment #1 of the contract with McClelland Consulting Engineers, Inc.
(attached as Exhibit A) in the amount of $25,100.00 for final design and bidding services
for the Farmington Waterline Replacement Project.
PASSED and APPROVED this 5th day of February, 2005.
APPROVED:
By:
DAN COODY, Mayor
ATTEST:
By:
SONDRA SMITH, City Clerk
RESOLUTION NO. 7 - 0 4
A RESOLUTION TO APPROVE AN AGREEMENT FOR
ENGINEERING SERVICES WITH MCCLELLAND
CONSULTING ENGINEERS, INC. IN THE AMOUNT OF
$60,000.00 FOR PLANNING, FIELD SURVEYS AND
RIGHT-OF-WAY SERVICES RELATED TO THE HIGHWAY
62 WATER .MAIN RELOCATION IN FARMINGTON AND
TO APPROVE A BUDGET ADJUSTMENT OF $60,000.00
1
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 as Agreement For Engineering Services with McClelland Consulting Engineers,
Inc. (attached as Exhibit "A") in the amount of $60,000.00 for planning, field surveys and
right-of-way services related to the Highway 62 water main relocation in Farmington and
approves a budget adjustment of $60,000.00 (attached as Exhibit "B") to pay for this
contract.
PASSED and APPROVED this the 18th day of May, 2004.
Al LEST:
��R hK/TRE: llllllll f
. f ,
•� o •• 'P
w ;FAYETTEVILLE•
iA 9:QkAHS%•Jam'
i
VI/G »ON up
fffff
By: s1Z
SONDRA SMITH, City Clerk
By
APPROVED:
'n
P
•
J
a
L
Z
w
1-
CC
CC
<
o
Z
O C.,
cw
K
oa
z
a o
O
Is
N
Z Z
Q Q
J
r
Q Z
o
0 H
x
w CC
I- I-
Q N
I-
N 0
•
toot
NOOONN=
O N W P O.
N-NNW...4
O
•
0
0
r
WASHINGTON COUNTY
0
Z
0
f
U
LU
N
N
w
0
0
Jot 040369
F. A. P. STP -0072 (29)
2
g
W
f FF>O
2000 ONO
O tW.
ON
wOtVNN6JN
ONNNOfp
N
W
6
N
Cr)
M
O
0
m
O
0
Z
w
z
ARMINGTON
€E
z
6920170
r
I
1
1
1
1
Item
TABLE NO. 1 •
PRELIMINARY COST ESTIMATE
HIGHW 62 WATER REPLACEMENT IN FARMINGTON
CITY OF FAYETTEVILLE
WATER MAIN ALONG HIGHWAY 62
September 14, 2004 Revised 12/7/04
Unit of Estimated Estimated
FY042125 Cost Estimate 9-14-04 Revised 1217/04
Contingencies @ 20%
Estimated Construction Total
Table No. 2 Total
Estimated Construction Total for Project
$733,835
$146,767
$880,602
$209.076
$1,089,678
vin
rice
txtended
12"PVC Water
Main
Ft
2175
$50
$108,750
8" PVC Water
Main
Ft
3118
$40
$124,720
6" PVC Water
Main
Ft
245
$35
$8,575
6" DIP Water Main
Ft
90
$40
$3,600
2" PVC Water
Main
Ft
975
$20
$19,500
1"
Service
Line
Ft
555
$18
$9,990
3/4"
Service
Line
Ft
210
$17
$3,570
12"
Butterfly
Valve
Ea
8
$1,650
$13,200
8" Gate Valve
Ea
9
$1,000
$9,000
6" Gate Valve
Ea
15
$900
$13,500
2" Gate Valve
Ea
5
$40020,000
12" x 12" Tapping
Tee and
Valve
Ea
4
$3,0 000
,
$$3,000
12" x 8"
Tapping
Tee and
Valve
Ea
$2,500
$7,500
8" x 8" Tapping
Tee and
Valve
Ea
3
3
$2,500
6" x
6" Tapping17,600
Tee and
Valve
Ea
8
$2,200
$17,600
2
1/4"
or 2"
Connection
Ea
6
$500
$3,000
Three
Way
Fire
Hydrant
Ea
9
$2,500
$22,500
Remove
Existing
Fire
Hydrant
Ea
7
$600
$4,200
Ductile
Iron
Fittings
Lb
6000
$5
$30,000
Water
Meter
Setting
Ea
17
$500
$8,500
Dual
Water
Meter
Setting
Ea
3
$600
$1,800
Reconnect
Exist.
Water Meter
or Service
Line
Ea
8
$100
$800
12" Service
Saddle
and Corp.
Stop
Ea
12
$100
$1,200
8" Service
Saddle
and
Corp. Stop
Ea
7
$70
$490
2" Service
Saddle
and
Corp. Stop
Ea
7
$50
$350
Cut
and
Cap
12"
Main
Ea
4
$800
$3,200
Cut
and
Cap
8"
Main
Ea
4
$700
$2,800
Cut and
Cap
6"
Main
Ea
8
$600
$4,800
Cut
and
Cap
2
1/4"
Main
Ea
1
$500
$500
24"
Bored
Steel
Casmg
Ft
60
$450
$27,000
24"
Direct
Bury
Steel
Casing
Ft
50
$180
$9,000
16"
Bored
Steel
Casing
Ft
284
$350
$99,400
16"
Direct
Bury Steel
Casing
Ft
86
$100
$8,600
2" Bored
Steel Casing
Ft
216
$40
$8,640
2"
Direct
Bury
Steel
Casing
Ft
15
$25
$375
Abandon
Exist.
Gate
Valve
Ea
33
$80
$2,640
Asphalt
Surface
Restoration
Sy
850
$50
$42,500
Highway
Surface Restoration
Sy
35
$65
$2,275
Concrete
Surface
Restoration
Sy
640
$60
$38,400
Sidewalk
Restoration
Sy
10
$40
$400
Curb and
Gutter
Replacement
Ft
20
$20
$400
Granular
Backfill
Tn
1420
$18
$25,560
Trench Safety System
Ea
1
$20,000
$20,000
FY042125 Cost Estimate 9-14-04 Revised 1217/04
Contingencies @ 20%
Estimated Construction Total
Table No. 2 Total
Estimated Construction Total for Project
$733,835
$146,767
$880,602
$209.076
$1,089,678
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Item
•
TABLE NO. 2
PRELIMINARY COST ESTIMATE
HIGHWAY 62 WATER REPLACEMENT IN FARMINGTON
CITY OF FAYETTEVILLE
WATER MAIN INTERCONNECTIONS AWAY FROM HWY. 62
September 14, 2004 Revised 12/7/04
•
Unit of Estimated Estimated
Subtotal
Contingencies @ 20%
Estimated Construction Total
FY042125 Cost Estimate Interconnections away from 62 9-14-04 Revised 12/7/04
$174,230
$34,846
$209,076
._ ____. _ �_........ .,, ,,, 1 , w cnrcnucu
8" PVC Water
Main
Ft
1146
$40
$45,840
6"
PVC Water
Main
Ft
1343
$35
$47,005
2"
PVC Water
Main
Ft
40
$20
$800
1"
Service
Line
Ft
135
$18
$2,430
3/4"
Service
Line
Ft
'=
$17
$1,275
8" Gate
Valve
Ea
$1,000
$1,000
6" Gate
Valve
Ea
A N A
$900
$3,600
2" Gate Valve
Ea
$400
$800
6"x 6" Tapping
Tee and Valve
Ea
$2,200
$8,800
8" Connection
Ea
$1.800
$1,800
6"
Connection
Ea
$1,600
$4,800
2 1/4"
or
2" Connection
Ea
$500
$1,000
Ductile
Iron Fittings
Lb
$5
$3,500
Reconnect Exist.
Water
Meter or Service
Line
Ea
11
$100
$1,100
8" Service Saddle
and
Corp.
Stop
Ea
6
$70
$420
6" Service
Saddle
and
Corp. Stop
Ea
5
$65
$325
16"
Direct Bury
Steel
Casing
Ft
20
$100
$2,000
12"
Bored Steel
Casing
Ft
60
$280
$16,800
12"
Direct
Bury
Steel
Casing
Ft
54
$80
$4,320
2" Bored
Steel
Casing
Ft
103
$40
$4,120
Abandon
Exist.
Gate Valve
Ea
1
$80
$80
Asphalt
Surface
Restoration
Sy
200
$50
$10,000
Highway Surface
Restoration
Sy
15
$65
$975
Concrete
Surface
Restoration
Sy
40
$60
$2,400
Sidewalk
Restoration
Sy
10
$40
$400
Curb and
Gutter
Replacement
Ft
20
$20
$400
Granular
Backfill
Tn
180
$18
$3,240
Trench
Safety
System
Ea
1
$5,000
$5,000
Subtotal
Contingencies @ 20%
Estimated Construction Total
FY042125 Cost Estimate Interconnections away from 62 9-14-04 Revised 12/7/04
$174,230
$34,846
$209,076
• •
AMENDMENT NO. 1
TO
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
FAYETTEVILLE HIGHWAY 62 WATER MAIN RELOCATION
RELOCATION OF WATER MAINS IN FARMINGTON, ARKANSAS
FINAL DESIGN AND BIDDING SERVICES
The Agreement for Professional Engineering Services executed on May 18, 2004
for Relocation of Water Mains in Farmington, Arkansas is hereby amended. This
Amendment entered into and executed on the date indicated beneath the signature blocks,
by and between the City of Fayetteville (hereinafter "City of Fayetteville") and
McClelland Consulting Engineers, Inc. (hereinafter "McClelland") changes the
authorized Scope of the Project, and the Fees and Payments due to the requested increase
in scope of services on the Farmington water main project.
The Agreement defines the Scope of Services for:
1. Preliminary Design Phase Services
2. Final Design Phase Services
3. Bidding Phase Services
4. Construction Phase Services
5. Post -Construction Phase Services
However, only the Preliminary Design Phase Services were authorized for
completion in the basic Agreement and were covered in Section 6, Payments to
McClelland.
The purpose of this Amendment No. 1 is to authorize McClelland to complete
Final Design Phase Services and Bidding Phase Services as defined in the Agreement,
and to establish compensation for these services.
SECTION 2 — BASIC SERVICES OF MCCLELLAND
McClelland is hereby authorized to complete Final Design Phase Services as
defined under Section 2.3 of the Agreement, to include preparation of property mapping
FY042125 Amendment No. 1 1
•
• •
and detailed easement documents as defined under Subsection 2.3.6. McClelland is
further hereby authonzed to complete Bidding Phase Services as defined under Section
2.4 of the Agreement.
SECTION 6 — PAYMENTS TO MCCLELLAND
Compensation for Final Design Phase Services excluding easement preparation
shall be based upon cost reimbursement, plus profit, as established under Subsection
6.1.1 for Preliminary Design Phase Services. Compensation for easement preparation
services shall be based on a unit price of $400 per easement. The total contract amount
authorized for Final Design Phase Services shall be as follows:
Final Design Phase Services, Cost Reimbursement not to exceed: $17,600
Final Design Phase Services, Profit: $ 2,100
Easement Preparation Services, 41 estimated @ $400/Ea $16,400
Total Final Design Contract Amount Authorized $36,100
Compensation for Bidding Phase Services shall be based upon cost
reimbursement, plus profit, as established under Subsection 6.1.1 for Preliminary Design
Phase Services. The total contract amount authorized for Bidding Phase Services shall be
as follows:
Bidding Phase Services, Cost Reimbursement, not to exceed: $ 3,200
Bidding Phase Services, Profit: $ 400
Total Bidding Phase Contract Amount Authorized $ 3,600
The combined total contract amount authorized for both Final Design and Bidding
is $39,700. It is estimated that $14,600 of the $60,000 previously authorized for the
Preliminary Design Phase Services can be transferred to Final Design and Bidding Phase
Services, so that an Agreement Amendment Total Contract Amount for Preliminary
Design, Final Design and Bidding Services is eighty-five thousand one hundred dollars
($85,100). Consequently, this Amendment No. 1 authorizes an additional twenty-five
thousand one hundred dollars ($25,100) to the originally approved sixty thousand dollars
($60,000).
FY042125 Amendment No. 1 2
All other provisions and conditions of the original Agreement remain in full force
and effect. Final Design and Bidding Services shall be completed to conform to the
requirements of the Arkansas Highway and Transportation Department's project
schedule.
IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly
executed as of the date and year first herein written.
FOR: THE CITY OF FAYETTEVILLE:
By:
Mayo r
Date:
Attest:
FOR: McCLELLAND CONSULTING ENGINEERS, INC.:
BC 014AW‘a
Date: taw 1 _ 04 -
Attest:
FY042125 Amendment No. 1 3
Sid Norbash, Staff Engineer AA
Submitted By oht,
City of Fayetteville
Staff Review Form
City Council Agenda Items
Contracts
1 -Feb -05
City Council Meeting Date
Engineering
Division
Action Required:
Operations
Department
Approval of the Amendment #1 to the existing contract withMcClelland Consulting Engineers, Inc. in the amount
of $25,100 for Hwy 62 -Farmington -Waterline Replacement Project
$25,100
Cost of this request
5400-5600-5808-00
Account Number
04034-10
Project Number
Budgeted Item
X
$1,000,000
Category/Project Budget
Funds Used to Date
$1,000,000
Remaining Balance
Budget Adjustment Attached
Hwy 62 -Farmington Waterline
Replacement Project
Program Category / Project Name
Water System Improvements
Program / Project Category Name
Water & Sewer
Fund Name
Department Dir
ctor
City Attorney
Fi c a
nand
Internal Service Director
a
Mayor
Comments:
II 'O; Previous Ordinance or Resolution # 77-04
Date
/-(Fai
Date
Original Contract Date:
Original Contract Number:
5/18/2004
956
Received in Mayor's Office
RECFIVED
JAN 1 4 2005
CITY o, . ,., cTTEVILLE
1 Y CLERK'S OFFICE
1
From: Clarice Pearman
To: Norbash, Sid
Date: 2/3/05 12:36PM
Subject: Res. 18-05
Attached is a copy of the resolution passed by City Council February 1, 2005 regarding McClelland's
Amendment No. 1. You will receive one of two originals of the amendment in interoffice mail.
Also I've attached the agenda memo form and staff review form for you.
Thanks.
Clarice