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