Loading...
HomeMy WebLinkAbout55-06 RESOLUTION• 1.• km. •••••• 4 RESOLUTION NO. 55-06 A RESOLUTION APPROVING AMENDMENT #1 TO THE CONTRACT WITH McCLELLAND CONSULTING ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $65,375.30 FOR FINAL DESIGN, BIDDING, CONSTRUCTION ADMINISTRATION, AND RESIDENT SERVICES DURING CONSTRUCTION FOR IMPROVEMENTS TO KINGS DRIVE 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 to the contract with McClelland Consulting Engineers, Inc. in an amount not to exceed $65,375.30 for final design, bidding, construction administration, and resident services during construction for improvements to Kings Drive. A copy of Amendment #1, marked Exhibit "A" is attached hereto, and made a part hereof. PASSED and APPROVED this 21st day of March, 2006. APPROVED: By: ATTEST: By: fs,m1.14-0 SO DRA SMITH, City Clerk ............................ k.° 0•• a` tcjo E FAYETTEVILLE • • Vii./1:9M at, ........ ....... ait AMENDMENT Na 1 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES KINGS DRIVE STABILIZATION and RECONSTRUCTION DESIGN, BIDDING, AND CONSTRUCTION PHASE SERVICES The Agreement for Professional Engineering Services executed on March 15, 2005 for the Study and Analysis of Street Failure Along Kings Drive in Fayetteville, 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 Kings Drive project. The scope of the improvements is to include the installation of a Stone Shear Key along a distance of 600 feet of street with an outlet underdrain extending to Lakeside Drive, the reconstruction of 480 feet more or less, the milling and overlaying of 670 feet of street either side of the reconstruction area, and the relocation of 530 feet of 8 -inch water line. The Agreement lists 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 6. Resident Services During Construction However, only the Study and Analysis of the Street Failure Along Kings Drive was authorized for completion in the basic Agreement and was covered in Section 6, Payments to McClelland. The purpose of this Amendment No. 1 is to authorize McClelland to complete the Preliminary and Final Design, Bidding, Construction, Post -Construction and Resident Services During Construction as defined in the Agreement and hereinafter, and to establish compensation for these services. FY052118 Amendment No. 1 1 SECTION 2— BASIC SERVICES OF MCCLELLAND McClelland is hereby authorized to complete Design Phase, Bidding, Construction, Post - Construction and Resident Services as defined under Section 2.3 of the Agreement, to include the installation of a Stone Shear Key along a distance of 600 feet of street with an outlet underdrain extending to Lakeside Drive, the reconstruction of 480 feet more or less, the milling and overlaying of 670 feet of street either side of the reconstruction area, and the relocation of 530 feet of 8 -inch water line. as defined under Section 2. McClelland is hereby authorized to complete Design Phase, Bidding, Construction, Post -Construction and Resident Services as defined under Section 2 of the Agreement. McClelland is hereby authorized to complete Construction Phase Services to include: 1. Review of submittals. 2. Processing monthly pay requests. 3. Scheduling and attending progress meetings, as needed. 4. Coordination of Construction activities between the Contractor and City of Fayetteville. McClelland is hereby authorized to complete Post — Construction Phase Services to include: 1. Securing and processing of final documents (Bonds, affidavits, etc.). 2. Preparation and submission of Record Drawings. 3. Coordination of post — construction/clean up activities required of the Contractor. McClelland is hereby authorized to provide Resident Services During Construction to include: 1. Providing a resident construction observer to be at the project during construction activities related to the Street and water main reconstruction. Resident services shall be on an as needed basis during the construction periods. 2. The resident construction observer shall maintain daily logs of site conditions, work completed, activities relating to property owners, and information/directives received from the City of Fayetteville. FY052118 Amendment No. 1 2 The resident construction observer shall not provide superintendance over the Contractor's personnel or over the Contractor's work and safety procedures. From the time the City of Fayetteville issues the Notice To Proceed (NTP), McClelland. will endeavor to execute the project within the following time periods: Task A. Additional Topographic Survey B. Design Phases: C. Advertise for bids: SECTION 6— PAYMENTS TO MCCLELLAND Completion After NTP 10 calendar days 120 calendar days 150 calendar days Compensation for Design, Bidding, Construction, Post -Construction and Resident Services During Construction shall be based upon for Scope of Services indicated above. The estimated manhours and labor rates as applicable for these phases of the project is given on the attached Exhibit "A". The fee shall be based on the Hourly Rates shown on the attached Exhibit "B" and the Total Fee shall be a Not -To -Exceed as follows: Estimated fee for Each Task Topo & Utility Verifications Surveys Design Phase Bidding Phase Construction and Post — Construction Services: Resident Services During Construction: (As Needed Basis) Reimbursable Expenses FY052118 Amendment No. 1 Total (Not -to -Exceed Fee) $ 3,160.30 $ 21,260.00 $ 2,835.00 $ 5 215.00 $ 31 895.00 $ 980.00 $ 65,375.30 3 This Amendment No. I authorizes an additional Sixty Five Thousand Three Hundred Seventy Five and 0.30 dollars ($ 65,375.30) to the originally approved Thirty Thousand Six Hundred Eighty dollars ($ 30,680.00). This amended Contract Amount ($ 96,055.30) shall not be exceeded without specific written authorization from the City of Fayetteville. 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 City of Fayetteville's schedule with the construction contractor. 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 OF FAYETTEVILLE. By: / „,; Date: 446 Attest: onlmTI/Ifft* /-151.19EJV10,ge.,&-p% • tice\S • -A ta E :FAYETTEVILLE: 7";:t.•„ 9 -;;;ettSe :PICA NSt IVY/ • • • • 0\\‘‘ -iii1111111 %%% FOR: McCLELLAND CONSULTING ENGINEERS, INC.: Date: grti°P FY052118 Amendment No. 1 Attest: 4 '2' ggaggta 8.m m mm*N'WSN 8.8 g . 0.m mua ISE m !- m m i g ri z z M 0 2 0 = W M 0 4 0 i z m 0 o r'n ATTEND MONTHLY DESIGN PROGRESS MEETINGS WITH CRT IH PREPARE OPINION OF PROBABLE COSTS 10. PROVIDE AN ESTIMATE OF CONSTRUCTION TIME REQUIRED F. pROVIDE BIO PROPOSAL FORM IE. CALCULATE AND SUBMIT CALCULATIONS OF CONSTRUCTION QUANTITIES ID. PREPARE AND SUBMIT FINAL SPECIFICATIONS IC. PREPARE FINAL WATER RELOCATION PLANS B. PREPARE ALL CONSTRUCTION DETAILS PER CITY STANDARDS I_LLTREPARE FINAL DESIGN CALCULATIONS AND PUNS, PROFILES, CROSS SECTIONS ETC. !FINAL DESIGN PHASE 'SUBTOTAL. PREUMINARY DESIGN PHASE - ' ' D. PROVIDE WRRTEN RESPONSE TO CITY'S REVIEW COMMENTS IC ATTEND MONTHLY PROGRESS MEETINGS WITH CITY IB PREPARE PRELIMINARY WATER LINE RELOCATION PLANS 1113) PREPARE PRELIMINARY CONSTRUCTION COST ESTIMATES (12) DRAFT PROJECT SPECIFICATIONS I (11) PREPARE PRELIMINARY STORM WATER AND EROSION CONTROL PLANS 1110) PREPARE PRELIMINARY SEQUENCE OF CONSTR. AND DETOURS 1 191 DRAFT NOTES ON PLANS TO DESCRIBE CONSTRUCTION WORK 1 -- (8) DEVELOP DETAILS 1 M PREPARE PLANS AND DETAILS (6) IDENTIFY TRAFFIC LANE CONFIGURATIONS 15) PERFORM DRAINAGE CALCULATIONS 14) PREPARE PLANS FOR INTERSECTING STREETS, INC.ELEVATIONS 1 13) PLOT EXISTING CROSS-SECTIONS. INC DMA4 CROSS STREETS (2) DESIGN AND PREPARE TYPICAL PAVEMENT SECTIONS (1)HORIZONTAL AND VERTICAL ALIGNMENT, ClIG, D/Ws DRAINAGE IA PLAN AND PROFILE DRAWINGS, H•1 '4201 V.1"45' [PRELIMINARY (DESIGN PHASE 'i n r c z c 0 C Z C 2 Z4 0 2 0 0 0 0 z k. z o z ID AN TWO MEETINGS WRH UTIUTY COMPIES E REVIEW LIT Litt RELOCATION PLANS WITH CITY AND PLOT ON PLANS A IC PLOT EXISTING UTILITIES ON PLANS IB FIELD LOCATE liar LES. EXCAVATE WHERE NECESSARY IA CONFIRM LOCATION AND SIZE OF EXIST. UTILITIES 'UTILITY SURVEYS MW COORDINATION 0 0 a g r 0 1 0 ?I 0 C Z ID. SET TEMPORARY BENCHMARKS AT 1,00(T CENTERS IC. PROFILE DRIVEWAYS 1 IS. LOCATE EXISTING FEATURES NOT NOTED ON EXISTING TOPO IA. ESTABLISH BASELINE, MONUMENTS IQ 500' INTERVALS [TOPOGRAPHIC SURVEYS 1 KINGS DRIVE RECONSTRUCTION TASK DESCRIPTION n P 6 i . 4 P a il 11 P a i h P o i 4:1 x m c I. .41 .0 , -• at. apabo .. " " o boaba a 4 ao a 1 P e A do h e I a 0 g g.11 ?3? DOETED P 1 u : abaapoirpape mm.0 b .. irpOggooclio - ..0,0 hJ. a abiab a A h. e 1 4p op a 1 8 8 P 1t....m P 0 0 0 F• a h.8 o -o h. a a H,H 0 8 n 0 PP P 0 I! P 0 • !,, 0 a I: a Ma 4. 8 8 EA I, P. e 1 I a b. * '• a mm 00 I ; a 0000 ma 112000 no mc mm 11 4 b 4 o a o 0 n L P 0 1 P 0 i 0 o 8 CA ll 0 b En 6 IA ; a aN. 6 0amP 0006 A a 1 P 0 I 8 8 A 11 P 0 0 P 0 P a 0 P a d 40 8 ° mZ Er. P E 1 E P o 1 P a 1 1 P a 11 w $ 8 0 o I .0 ” 0 I ' a o 1 4-0 c.c. bo 1 ,c ”a 0 b 4 0 a 00 m * g :. d P 0 11 r u 8 a m 5 • r P e P a ;.. a a a 00 m b a b000 ma m 0 a o M g y. 0 n 8 8 8 I! 8 I 90 8 ?im m mm mm 1 mmt 8 8888888888 t .r tm1t. .S -n-t0; 1 8 g.g.4.t.i. 88888888888888888 g "p ti.. " g gStEgm . ggtt m 7.1.801rX 8 StS =‘ P t 'ttb 132740 1 1702.40 m;" EXTENDED I COST 00-404IlaWly+ con ,0=m 75,793,p 52, moArtmellomEi ,rmnwom 2g8g59,,Tscs m=mzo.rwa "t,w9 irogeho %IBM zoxz6000 MTME m O c13-tz z 211300n014 O 2_0,-10tom O 0°Mg0 igWUt cita000Ar -1-1comOc2 52z005>2 ZnpaIT'cq 40-12.nt 5<>2(42 cz9zroStmq ttgrrn 'nil 2 PPR A O M-1 1 A g8 6 in go 2 -tg -0 22 8 $ nz Z m 2-1 0 O -45 A O )tZ M O nO C -12 c* 2 m c w o m5 wi ID PO Z F 8 § m z 'STRIYONVIS N0IS30 S :93.L0N erthunrono wmainsigo ONIrjhl 0488°1 °I °)Z�1IO!V -cu, 1 57 qIu qu,ai ni TOTAL _A 'SUBTOTAL; REIMBURSASIX EXPENSES. Fg r. MT r [It ARKANSAS DIVISION OF HEALTH REVIEW FEE ELECTRONIC FILES AS REOUESTED HARD COPY OF RECORD DRAWINGS IH TWO COPIES OF APPROVED SHOP DRAWINGS AND SUBMITTALS O TWO COPIES OF R 0.W PLANS, EASEMENTS, AND ACQUISITION DOGS E ONE COPY OF FINAL PLANS TO EACH AFFECTED UTILITY COMPANY F. THREE COPIES OF PLANS AND SPECIFICATIONS TO CONTRACTOR ID. TWO COPIES OF FINAL REVISIONS TO ALL DOCUMENTS PNO COPES OF FINAL PLANS, REPORT, CALCS, ESTIMATE, ETC. IB ONE COPY OF PRELIMINARY PLANS TO EACH UTILITY COMPANY IA. TWO COPIES OF PREL PLANS REPORT CALLS, ESTIMATE [REIMBURSABLE EXPENSES a c a r n o z o -I a o t i a 0 co o M A < a 0 2 C i ! 1 IC, RECORD DRAWINGS A CONSTRUCTION ADMINISTRATION B CONSTRUCTION OBSERVATION ( 3 MONTHS FULL TIME or AS NEEDED) I CONST ADMIN. & CONSTRUCTION OBSERVATION SERVICES at a r @ o @ z o I /it I • I I :I IC. PREPARE CONTRACT DOCUMENTS IS RECOMMENDATIONS FOR AWARD OF BID IA ASSISTANCE WITH BIDDING QUESTIONS CO a E 0 0 M li i II 99 .e! Iv ' Po 1 11 9 1`4 ab 15 o 1 si " 116 Co AO c Z12 c a !'t lia tol ii 0 00 li 11 ! -... coo a II •• b bo 0 .- " f... 8 r -0 7) c°0 t 5- DOETED E. ... -4 9 c • P o at am,. 000 11 ; e 000 ob 44 8 8 m Z g DR EACH DISCIPLO a to ; . 1 0 13 1; P e •• P e 1 41 -'4 PIZ 20. I Pt I I; a b P 0 1 P 0 E A 1 ; o • II P o II P 0 II P 0 li tt 8 SLAV. CREW • •P e - 11 e 11 P tzt 11 g 050 cx ;' 11 I I • 11 z' 11 a . 11 9 e I! 8 ORFTMN, I' ot • 11 a b 1I to P O I. ot a a II P a C 44 -4 P 8 g8 bz -0, M O I P c 1 6 :g b I P a I 4.• $ 8 n 0 c pir • r o • o ta 1 N e ii 066 1 ° 1 00 t 8 n ; Ft • 1,.. et- MI 1 0 ! e 1 o ,.. MILEAGE c! t i a, 'M II g Ot:OggVggoem us9rousalg I i I a tl g a OTHER MR. EXP. a ss te In1 t c. 1 8 g 88888888888 dggg? gt .. E 5. 4.14 tgt 888 ... 1: 11 a g 8 Eig 288 •••• 1%30.1DED I COST rttlaye evi le ARKANSAS City of Fayetteville Engineering Division 113 West Mountain Fayetteville, AR 72701 ph: 479-575-8206 fax: 479-575-8202 Date: March 2, 2006 To: Fayetteville City Council Thru: Dan Coody, Mayor Gary Dumas, Director ofOperations From: Ron Petrie, City Engineer /#1 Subject: Kings Drive Improvements Contract Amendment for Design and Construction Phase Services RECOMMENDATION: Staff recommends approval of Contract Amendment No. 1 with McClelland Consulting Engineers in an amount not to exceed $65,375.30 for design, bid, and construction phase services for improvements to Kings Drive. BACKGROUND: In 2001, the City contracted with Grubbs, Hoskyn, Barton, and Wyatt to perform a geotechnical investigation of the Kings Drive area and provide recommendations. The study recommended a complex set of concrete piers and a hybrid retaining wall/pinning system. At the time, the preliminary cost of these improvements was estimated to be in excess of $1,000,000, and the project was determined to be unfeasible. In May, 2004, the City approved a contract with the geotechnical firm of Terracon, Inc. to study flood damages caused by April rainfall events. A portion of that contract was to again study Kings Drive that was damaged during the April flooding. The study prepared by Terracon recommended installing a drilled pier retaining wall system on the downhill side of the road. The cost folthese recommended improvements was estimated to be $325,000 plus the cost to rebuild the street. In March, 2005, the City approved a contract with McClelland Consulting Engineers for additional study of the Kings Drive area and to provide recommendations and cost estimates for alternative solutions for the street. The study has been completed and was presented to the Street Committee on February 13th of this year. The Committee accepted the recommendations, and voted to proceed with final design and construction of the recommended improvements. DISCUSSION: In order to proceed with the design and construction on the project, a Contract Amendment to the Contract with McClelland Consulting Engineers is needed. The scope of work to be accomplished by McClelland under this Amendment is summarized as follows: • Provide preliminary and final design services necessary for preparation of Plans and Specifications for the proposed improvements. • Provide bid phase services. • Provide construction and post -construction phase services, including construction observation services. The total fee for these services is proposed to be an amount not to exceed $65,375.30 BUDGET IMPACT: Funding in the amount of $500,000 is available in the 2006 CIP Budget for Kings Drive Improvements. This contract will be paid from those funds. • • RESOLUTION NO. A RESOLUTION APPROVING AMENDMENT #1 TO THE CONTRACT WITH McCLELLAND CONSULTING ENGINEERS, INC. IN AN AMOUNT NOT TO EXCEED $65,375.30 FOR FINAL DESIGN, BIDDING, CONSTRUCTION ADMINISTRATION, AND RESIDENT SERVICES DURING CONSTRUCTION FOR IMPROVEMENTS TO KINGS DRIVE. 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 to the contract with McClelland Consulting Engineers Inc. in an amount not to exceed $65,375.30 for final design, bidding, co administration, and resident services during construction for improve Drive. A copy of Amendment #1, marked Exhibit "A" is attached h e a part hereof. PASSED and APPROVED this 21' da of March ,eity Clerk OODY, Mayor AMENDMENT NO. 1 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES KINGS DRIVE STABILIZATION and RECONSTRUCTION DESIGN, BIDDING, AND CONSTRUCTION PHASE SERVICES The Agreement for Professional Engineering Services executed on March 15, 2005 for the Study and Analysis of Street Failure Along Kings Drive in Fayetteville, 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 Kings Drive project. The scope of the improvements is to include the installation of a Stone Shear Key along a distance of 600 feet of street with an outlet underdrain extending to Lakeside Drive, the reconstruction of 480 feet more or less, the milling and overlaying of 670 feet of street - either side of the reconstruction area, and the relocation of 530 feet of 8 -inch water line. The Agreement lists 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 6. Resident Services During Construction However, only the Study and Analysis of the Street Failure Along Kings Drive was authorized for completion in the basic Agreement and was covered in Section' 6, Payments to McClelland. The purpose of this Amendment No. 1 is to authorize McClelland to complete the Preliminary and Final Design, Bidding, Construction, Post -Construction and Resident Services During Construction as defined in the Agreement and hereinafter, and to establish compensation for these services. FY052118 Amendment No. 1 1 SECTION 2— BASIC SERVICES OF MCCLELLAND McClelland is hereby authonzed to complete Design Phase, Bidding, Construction, Post - Construction and Resident Services as defined under Section 2.3 of the Agreement, to include the installation of a Stone Shear Key along a distance of 600 feet of street with an outlet underdrain extending to Lakeside Drive, the reconstruction of 480 feet more or less, the milling and overlaying of 670 feet of street either side of the reconstruction area, and the relocation of 530 feet of 8 -inch water line. as defined under Section 2. rMcClelland is hereby authorized to complete Design Phase, Bidding, Construction, Post -Construction and Resident Services as defined under Section 2 of the Agreement. McClelland is hereby authorized to complete Construction Phase Services to include: 1. Review of submittals. 2. Processing monthly pay requests. 3. Scheduling and attending progress meetings, as needed. 4. Coordination of Construction activities between the Contractor and City of Fayetteville. McClelland is hereby authorized to complete Post — Construction Phase Services to include: 1. Securmg and processing of final documents (Bonds, affidavits, etc.). 2. Preparation and submission of Record Drawings. 3. Coordination of post — construction/clean up activities required of the Contractor. McClelland is hereby authorized to provide Resident Services During Construction to include: 1. Providing a resident construction observer to be at the project during construction activities related to the Street and water main reconstruction. Resident services shall be on an as needed basis during the construction periods 2. The resident construction observer shall maintain daily logs of site conditions, work completed, activities relating to property owners, and information/directives received from the City of Fayetteville. FY052118 Amendment No. 1 2 • The resident construction observer shall not provide superintendance over the Contractor's personnel or over the Contractor's work and safety procedures. • From the time the City of Fayetteville issues the Notice To Proceed (NTP), McClelland. will endeavor to execute the project within the following time periods: Task A. Additional Topographic Survey B. Design Phases: C. Advertise for bids: SECTION 6— PAYMENTS TO MCCLELLAND Completion After NTP 10 calendar days 120 calendar days 150 calendar days Compensation for Design, Bidding, Construction, Post -Construction and Resident Services During Construction shall be based upon for Scope of Services indicated above. The estimated manhours and labor rates as applicable for these phases of the project is given on the attached Exhibit "A". The fee shall be based on the Hourly Rates shown on the attached Exhibit "B" and the Total Fee shall be a Not -To -Exceed as follows: Estimated fee for Each Task Topo & Utility Verifications Surveys Design Phase Bidding Phase: Construction and Post — Construction Services: Resident Services During Construction: (As Needed Basis) Reimbursable Expenses FY052118 Amendment No. 1 Total (Not -to -Exceed Fee) $ 3,160.30 $ 21,260.00 $ 2,835.00 $ 5 215 00 $ 31 895.00 $ 980.00 $ 65 375 30 3 • • This Amendment No. I authorizes an additional Sixty Five Thousand Three Hundred Seventy Five and 0.30 dollars ($ 65,375.30) to the originally approved Thirty Thousand Six Hundred Eighty dollars ($ 30,680.00). This amended Contract Amount ($ 96,055.30) shall not be exceeded without specific wntten authorization from the City of Fayetteville. 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 City of Fayetteville's schedule with the construction contractor. 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: Date: Attest: FOR: McCLELLAND CONSULTING ENGINEERS, INC.: Date: z/rofit() FY052118 Amendment No. 1 • Attest: • 4 rErl M8t2tMtt. t!'.8MW 1-71-1 M M 2M I—Tjr1 00m00c0m_.000006m00 - oz 4 c ci m F c c, 0 m g ? le M ] PREPARE WRITTEN RESPONSES TO CITY'S REVIEW COMMENTS I ATTEND MONTHLY DESIGN PROGRESS MEETINGS WGH CRY H. PREPARE OPINION OF PROBABLE COSTS [0_ PROVIDE AN ESTIMATE OF CONSTRUCTION TIME REQUIRED IF. PROVIDE BID PROPOSAL FORM E CRLCULATEGNI) SUBMIT CALCULATIONS OF CONSTRUCTION QUANTITIES D. PREPARE AND SUBMIT FINAL SPECIFICATIONS IC PREPARE FINAL WATER RELOCATION PLANS [S, PREPARE ALL CONSTRUCTION DETAILS PER CITY STANDARDS A. PREPARE FINAL DESIGN CALCULATIONS ANT) PLANS. PROFILES. CROSS SECTIONS ETC. FINAL DESIGN PHASE IEWTTOTAL1PRELIMINARYDESIONPHASESISMWATWAIOMiSTTaGMI ID. PROVIDE WRITTEN RESPONSE TO CITYS REVIEW COMMENTS IC. ATTEND MONTHLY PROGRESS MEETINGS WITH CITY IS PREPARE PRELIMINARY WATER LINE RELOCATION PLANS (13) PREPARE PRELIMINARY CONSTRUCTION COST ESTIMATES (121DRAFT PROJECT SPECIFiCATIONS I (11) PREPARE PRELIMINARY STORM WATER AND EROSION CONTROL PLANS 1 (ID) PREPARE PRELIMINARY SEQUENCE OF CONSTR. AND DETOURS I (9) DRAFT NOTES ON PLANS TO DESCRIBE CONSTRUCTION WORK (8) DEVELOP DETAILS (7) PREPARE PLANS AND DETAILS 1 (6) IDENTIFY TRAFFIC LANE CONFIGURATIONS 1 (5) PERFORM DRAINAGE CALCULATIONS 1 (4) PREPARE PLANS FOR INTERSECTING STREETS. INC. ELEVATIONS -61 m r 0 m x m E 0 0 x 0 0 6 m 0 0 7 o 2 0 li le a 0 m o 6 6 6 « m m 0 « 6 1 121DESIGN AND PREPARE TYPICAL PAVEMENT SECTIONS 1 (1) HORIZONTAL AND VERTICAL ALIGNMENT C&G OAN's DRAINAGE IA PLAN AND PROFILE DRAWINGG111"-20V.1"w5' IPREUMINARY DESIGN PHASE « c 1 r 1 c ?" 4 4 I 4 > a i 0 i 0 REVIEW UTILITY RELOCATION PLANS WITH CrY AND PLOT ON PLANS ID TWO MEETINGS WITH UTILITY COMPANIES IC PLOT EXISTING UTILITIES ON PLANS 16. FETE) LOCATE UTILTIES, EXCAVATE WHERE NECESSARY IA. CONFIRM LOCATION AND SIZE OF EXIST. UTILITIES 'UTILITY SURVEYS AND COORDINATION 1c. 10 a > n a 1 m a, a 6 C V 1 11 ill ki ID SET TEMPORARY BENCHMARKS AT 1 000 CENTERS _ C. PROFILE DRIVEWAYS 10. LOCATE EXISTING FEATURES NOT NOTED ON EXISTING TOPO pA ESTABLISH BASELINE, MONUMENTS f3)500' INTERVALS ITOPOOFtAPHIC SURVEYS KINGS DRIVE RECONSTRUCTION TASK DESCRIPTION 6 0. B 0 0 « - a m m ra L ROMS BE 0, i w no 00000 r e -Aa oobbo N PO 1.0 e 44 oo f 41 b 1) m 0 Z., th 8 MOR. OGIETE0 F 4 Obob000poo 4 m octim00°60o o 0006 . t otg A + 2 _. OR EACH =CPU L « e e 8 0 E) . b + oo 0 If x e x a V t P 8 «m mm 00 Fy A; z 41 A 9 0 , 000 b, 1 0 4 006 m p. 8 PS 5 2 5. e p; ri co 00 c. .06 ono° « x 0 8 FSTI F-7.17 CREW o o o m g bo i4 9 8 00 Cp ; I# P 0 r ala :El ; e M 0 a o Pea nobe P e b 0 8 CIFFIrTIAN. 1 6a , X 1 g 0 6 « 0 8 00 0 0 om mpi 4 P 1 t th 0 8 os ma VC. 0 b M 6 M o a o c.c. oo V .. b m 0 oo o .i'e' 0 T . 50 8 1111CAL b 36 4 aa 00 ft b aaamF 000° 0 s 0 E m x, 0 m ! ,3 i 20 Yx t . tii g Cr, 8888888'888 4. h -1.0 + CC! :4;C:W :p e 3 888gtgsggggstg888 8SC811CZCSSV4.0 ++ C +C 4 C ;C' gasta i* g.... t6tb is + x o+ oe +ez+2 0 0W--4001\WW+ mt,*21-850 *0„000m05; ?zoN011"im IPIgg; moxggEw -ftnnz,0E gnplggo2 nc,zgdr56 pg221E; 8i12211 grqrisInre PA;)14 n E8U88T, Whigg 418x" 2 n>A0 5commy,90 nrca 853 w md 61° "wg' co% m 3.088 FggM usZ2 28 4 8 g8 g g = O 5 M 12 h 0 c* ._ to c3/41 • 5 mg * flgr8m44mmau ' l'am8tfl°180 r a '.4 N. it ' 1 ISUBIWAISREIMMIRSABLt ERIVNEetS214fftlIkeirazi,,crc K ARKANSAS DIVISION OF HEALTH REVIEW FEE IJ ELECTRONIC FILES AS REQUESTED HARD COPY OF RECORD DRAWINGS WVO COPIES OF APPROVED SHOP DRAWINGS AND SUBMITTALS IG TWO COPES OF R.O.W. PLAN% EASEMENTS, AND ACQUISITION DOC% IF. THREE COPIES OF PLANS AND SPECIFICATIONS TO CONTRACTOR IE. ONE COPY OF FINAL PLANS TO EACH AFFECTED UTILMY COMPANY ID. TWO COPIES OF FINAL REVISIONS TO Alt. DOCUMENTS IC. TWO COPIES OF FINAL PLANS, REPORT, CALCS, ESTIMATE, ETC. w 0 4rhi -0 < o 11 t A c r 2 t i 0, o m A. 2 $ 0 0 -0 IA IWO COPIES OF PREL PLANS, REPORT. CALCS. ESTIMATE IREDABURSABLE EXPENSES ,, S il n 00 0 x to 11 0 X 2 tE a 2 < g t. 1 ft I II p M 2 0 ,3 > * g ca le. CONSTRUCTION OBSERVATKM 3 MONTHS FULL TIME or AS NEEDED) IA CONSTRUCTION ADMINISTRATION ICON ST ADMIN. & CONSTRUCTION OBSERVATION SERVICES FUEMOTAL. MONO PhAtE2araiMaas.firS ..aal.-_,••• . IC PREPARE CONTRACT DOCUMENTS RECOMMENDATIONS FOR AWARD OF BID IA ASSISTANCE WITH BIDDING OLIESTONS W 6 0 g 0 TASK DESORPTION 2S e ., bo N ;31 P 0 M 8 q IHOURS SUDOETED FI IN 1 g & 5. il og: E me . e 4 . 8 CATI gom • ,- 41 P P 1 ' ; : -m l' C% - g gfl 5 PR EACH DISCIPLINE 11 P t P E In . 8 ,. m. ? P e ig e -4 PI P P ril 4. cm 8 a m 5 . 14 f61 11:4 , P e 0:11 1 re 0 6 0e A 5 P P P ; oe0 g cX ;3 ig W ft Fk ! O V : X E 8 . q =g ? 's 4 0 P 1141 0 8 02 0 0= s,4 4 J- . -4, . i r ; pe : 0 4 I is 8 CONST. 0135 . - . '14 - 00. .. A - . F .i> t g E is if i m F obb000babob i osg EE $7l ? g 44 OTHER DIR. EXP. nx, vi 4! I g im gg Int s loovrt ggsggg hasgs 1 P g 7;5:; 888 fl e g g ..e EEg 888 - EXTENDED COST VP -ft .97 " 7 0 (IA ox, E803 az> owco "- 71 ,,OcOm q cio'n X S• C-1-nr M U zrfiri 10-nms m>0 2 -c -a 0m0 m—I> mmr Xo< 9)F z• rg 9- [Clarice Pearman - Res. 55-06 Page 1 From: Clarice Pearman To: Petrie, Ron Subject: Res. 55-06 Ron, Attached is a copy of the resolution passed by City Council, March 21, 2006 regarding McClelland Amendment #1. I am returning to you a two of the three originals of the agreement via interoffice mail. Thanks. Clarice CC: Bell, Peggy; Deaton, Vicki