HomeMy WebLinkAbout151-14 RESOLUTIONRESOLUTION NO. 151-14
A RESOLUTION TO AUTHORIZE AN AMENDMENT TO THE CONTRACT
WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN AN AMOUNT
NOT TO EXCEED $90,610.00 TO PROVIDE FOR DESIGN AND RELATED
SERVICES FOR SANITARY SEWER RELOCATION AND
IMPROVEMENTS ALONG A PORTION OF ZION ROAD, AND TO
APPROVE A BUDGET ADJUSTMENT
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 authorizes
the mayor to sign an amendment to the contract with McClelland Consulting Engineers, Inc. in
an amount not to exceed $90,610.00 to provide for design and related services for sanitary sewer
relocation and improvements along a portion of Zion Road.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached hereto as Exhibit "A".
PASSED and APPROVED this 19th day of August, 2014.
FRIJU-11001"I
In
ATTEST:
By: -A44�
SONDRA E. SMITH, City Clerk/TXqax,
"AYETTEVI( 1 rs
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division: Engineering Adjustment Number
2014 Dept.: Development Services
Requestor: Chris Brown
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Approval of Amendment #1 to the contract with McClelland Consulting Engineers, Inc. and a Budget Adjustment in the
amount of $90,610 for design and related services for the relocation and replaement of the existing sanitary sewer main
alon the Zion Road project, from Vantage Drive to Crossover Road.
RESOLUTION/ORDINANCE
COUNCIL DATE
LEGISTAR FILE ID#
Budget Director
TYPE:
DESCRIPTION:
GLDATE:
POSTED:
8/19/2014
2014-0342
Date
TOTAL - -
v.20140716
Increase / (Decrease) Project.Sub#
Account Number Expense Revenue Project Sub AT Account Name
5400.5700.5815.00 (90,610) - 11011 1 EX Sewer Improvements
5400.5700.5314.00 90,610 - 06035 2750 EX Professional Services
K:\Engineering Design Services\Projects\BOND PROGRAM\Zion Rd Ph II - Vantage to Crossover\Council and Committee
Actions\MCE Design Contract Amendment 1 \BA = Zion Road sewer relocates 1 of 1
City of Fayetteville Staff Review Form
2014-0342
Legistar File ID
8/19/2014
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Chris Brown 7/25/2014 Engineering /
Development Services Department
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recomments approval of Amendment #1 to the contract with McClelland Consulting Engineers, Inc. and a
Budget Adjustment, in the amount of $90,610 for design and related services for relocation and replacement of the
existing sanitary sewer main along the Zion Road project, from Vantage Drive to Crossover Road.
5400.5700.5314.00
Account Number
06035.2750
Project Number
Budgeted Item? No
Does item have a cost? Yes
Budget Adjustment Attached? Yes
Previous Ordinance or Resolution # 83-14
Original Contract Number: 2323
Com ts:
�l��fll�l
-
Budget Impact:
Water/Sewer
Fund
Zion Rd. sewer relocates
Project Title
Current Budget $
Funds Obligated $
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
t
L
S , $ - °I,® `Lr
$ 90,610.00
$ 90,610.00
Approval Date: S' Iq —N
0
&� IAU4%-, 4B�-q I �
CITY OF
'0 aY
ARKANSAS
MEETING OF AUGUST 5, 2014
TO: Mayor and City Council
CITY COUNCIL AGENDA MEMO
THRU: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
FROM: Chris Brown, City Engineer
DATE: July 25, 2014
SUBJECT: Approval of Contract Amendment No. 1 with McClelland Consulting
Engineers, Inc. and a Budget Adjustment for Sanitary Sewer Improvements
related to the Zion Road Project, from Vantage Drive to Crossover Road.
RECOMMENDATION:
Staff recommends approval of Amendment No. 1 to the contract with McClelland Consulting
Engineers, Inc. and a budget adjustment in the amount of $90,610 for design and related
services for relocation and replacement of the existing sanitary sewer main along the Zion Road
Project, from Vantage Drive to Crossover Road.
BACKGROUND:
Zion Road from College Avenue to Highway 265 is included in the Transportation Improvement
Bond Program.
The first phase of construction between College Avenue and Vantage Drive was completed in
2008. In 2013, the second phase, between Vantage Drive and Highway 265, was approved for
funding through the bond program. Zion Road is shown on the City of Fayetteville Master Street
Plan as a collector street running between College Avenue (Highway 71 B) and Crossover Road
(Highway 265) and provides an east -west connection between these two highways. The cross
section will be a two and three lane section with bike lanes and 5' sidewalks on both sides.
On May 6, 2014, the Fayetteville City Council approved a contract with McClelland Consulting
Engineers, Inc. for the design of the second phase of Zion Road.
DISCUSSION:
Since the design contract was approved, the City has received the draft of the Wastewater
Collection System 2014 Master Plan Update as prepared by RJN Group, Inc. In this update, the
sanitary sewer main along Zion Road from Old Missouri Road to Crossover Road is
recommended for upsizing. This upsizing is recommended to eliminate predicted overflows and
to reduce surcharge in the sanitary sewer system under future build -out conditions through the
Mailing Address:
113 W. [Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
year 2030. Staff recommends that this work be done in conjunction with the roadway
improvements that are planned in this area to minimize the construction costs and the disruption
to traffic and properties.
Under this contract amendment, McClelland Consulting Engineers, Inc. will include in their
scope of services the preliminary and final design and related services for the relocation and
upsizing of the sanitary sewer main along Zion Road. The increase in the contract amount will
not exceed $90,610 for a revised total contract amount of $462,006.00.
BUDGET/STAFF IMPACT:
This street improvement contract will be paid from funds available in the Transportation
Improvement Bond Program. The total budget for this project is $4.65 million.
The additional contract amount for the contract amendment will be paid from Water and Sewer
Funds.
Attachments:
Engineering Agreement
Budget Adjustment Form
2
RESOLUTION NO.
A RESOLUTION TO AUTHORIZE AN AMENDMENT TO THE CONTRACT
WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN AN AMOUNT
NOT TO EXCEED $90,610.00 TO PROVIDE FOR DESIGN AND RELATED
SERVICES FOR SANITARY SEWER RELOCATION AND
IMPROVEMENTS ALONG A PORTION OF ZION ROAD, AND TO
APPROVE A BUDGET ADJUSTMENT
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 authorizes
the mayor to sign an amendment to the contract with McClelland Consulting Engineers, Inc. in
an amount not to exceed $90,610.00 to provide for design and related services for sanitary sewer
relocation and improvements along a portion of Zion Road.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached hereto as Exhibit "A".
PASSED and APPROVED this 19'' day of August, 2014
APPROVED:
an
LIONELD JORDAN, Mayor
ATTEST:
SONDRA E. SMITH, City Clerk/Treasurer
Sub Project Maintenance Form
Sub Project Request:
Project Number
Sub Project Number
Sub Project Title (40 char)
Sub Project Abbv (15 char)
Sub Project Status
Sub Project Division
Scheduled Start Date
Scheduled Ending Date
Actual Start Date
Actual Ending Date
GLACCOUNT#
5400.5700.5314.00
5400.5700.5815.00
New SubProject
06035
2750
Zion Sewer relocates 20Char Le
Active
Engineering
9/1 /2014 MM/DD/YYYY
9/1 /2015 MM/DD/YYYY 20150901
MM/DD/YYYY
MM/DD/YYYY
Need
Account Description Setup
Professional Services
Sewer improvements
Add to
Add/Delete PCARD
Add N/A
Arm N/A
Description/Justification of Request
Transportation bonds will be used to widen Zion Road (Vantage to
265). Water/Sewer plans to upgrade the sewer lines in conjunction
with the widening.
Peggy Bell 07232014
Requested By
Entered By
K:\Engineering Design Services\Projects\BOND PROGRAM\Zion Rd Ph II - Vantage to Crossover\Council and
Committee Actions\MCE Design Contract Amendment 1\Sewer relocates on Zion Vantage to 265 07232014A
AMENDMENT TO AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
CONTRACT AMENDMENT NO.l
Zion Road Improvements
This Contract Amendment No.l, dated, RuIIA2014 shall amend the
original contract between the CITY OF FAYETTEVLLE, ARKANSAS and MCCLELLAND
CONSULTING ENGINEERS, INC., (ENGINEER) dated May 6th, 2014 for professional
engineering services in connection with the Zion Road Roadway Improvements Project, from
North Vantage Drive to North Crossover Road (Hwy 265), (the "Project"). This Contract
Amendment No.I adds professional engineering services for the Design Phase Services, as
described herein.
The contract is hereby modified as follows:
SECTION 2 - BASIC SERVICES OF ENGINEER
The following Sections supersede corresponding Sections in the original contract.
General
2.1 .1 The Scope of Services to be furnished by the ENGINEER during the remainder
of the Design Phase is included in Appendix A attached hereto and made part of
this Agreement.
SECTION 5 - PAYMENTS TO ENGINEER
Compensation
5.1 CITY OF FAYETTEVILLE shall pay ENGINEER an amount not to exceed $462,006
in accordance with the provisions described in the following paragraphs, as well as
described in Appendix C. Appendix C-2 provides a detailed summary of the Original and
Amendment Fees. CITY OF FAYETTEVILLE shall pay ENGINEER for time spent on the
Contract Amendment No. 1 1 of 2 FY14-2118
Zion Road
project at the rates shown in attached Appendix C, Exhibit 1, for each classification of
ENGINEER's personnel plus reimbursable expenses; including but not limited to printing,
courier service, reproduction, and travel. The rates shown in Exhibit 1. will be increased
annually. Undenruns in any phase may used to offset overruns in another phase as long
as the overall contract amount is not exceeded.
5.1.1 Topographic Survey
For the Topographic Survey associated with the sanitary sewer relocation design described
herein, CITY OF FAYETTEVILLE shall pay ENGINEER an amount estimated to be
$9812.
5.1.2 Desi n
For the Design associated with the sanitary sewer relocation described herein, CITY OF
FAYETTEVILLE shall; pay. ENGINEER an amount estimated to be $68,400.
5.1.3 Construction Administration
For the Bidding Services described herein, CITY OF FAYETTEVILLE shall pay
ENGINEER an amount estimated to be $11,398>
IN TESTIMONY OF WHICH, this instrument has beenexecuted on behalf of MCCLELLAND
CONSULTING ENGINEERS, INC., and has been executed on behalf of the CITY OF
FAYETTEVILLE in three (3) counterparts, each of equal force, on the day.and year first above
written.
CITY OF FAYETTEVILLE
Title:
'S;�t1►i►iry��
Aa. . ..........
• p
FAY Ei7EV I l LE.
co :A --
Title: VtC
t�'_ tes,
ATTEST:
amendment No. 1 2 of 2 PY14-2118`
APPENDIX 'A'
SCOPE OF SERVICES
PROFESSIONAL SERVICES AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
ZION ROAD;
NORTH VANTAGE DRIVE TO NORTH CROSSOVER ROAD (HWY 265)
1. Scope of Proiect
a. Construct, reconstruct, widen and overlay Zion Road between North Vantage
Drive located to the west and North Crossover Road, aka. Hwy 265, to the east, a
distance of approximately 5, 500 linear feet.
b. Design as a collector street having a combination of two (2) and three (3) lane
sections, with turn lanes. Two lane sections shall be 30' wide F.O.C, to include
two 5' wide bike lanes. Both driving lanes shall be 10' wide. Three lane sections
shall be 41' wide F.O.C, to include two 5' wide bike lanes. Both driving lanes
shall be 10' wide and the center lane I l' wide.
c. Evaluate an alternative intersection to the existing "T" intersection at Old
Missouri Road, in the way of a mini roundabout.
d. Street improvements are to include an asphalt street surface, concrete curb and
gutters, an underground drainage system, bike lanes and sidewalks.
e. The relocation and/or installation of a new 12" water line facility owned by the
CITY OF FAYETTEVILLE is to be included in the design and street construction
contract.
f. The design to upgrade and relocate an existing 10" dia. sanitary sewer line to a
new 15" dia. sanitary sewer over approximately 3,600 LF, and owned by the CITY
OF FAYETTEVILLE, is to be included in the Zion Road Roadway Improvement
contract. The sanitary sewer relocation will commence at the east side of North
Crossover Road, aka Hwy 265, and extend west to a section of existing sanitary
sewer located some 600 LF west of Old Missouri Road, which is routed to the
south-west from Zion Road to East Cinnamon Way. See scope of improvement
on aerial image shown in Appendix A-2.
g. Undertake the design to relocate approximately 700 LF of existing 4" sanitary
sewer force main located at the western end of the project, if the new street
APPENDIX A — Scope of Services A-1 FY14-2118
Zion Road
2.
3.
alignment and associated elevations either result in a conflict or, result in an
unacceptable depth of cover to the force main.
h. Coordinate street design and construction facilities with franchise utility
companies' relocations to ensure adequate space for all facilities and timely
relocations.
i. Related regulatory agency permits (including Arkansas Highway and
Transportation Department and others) and resolving environmental issues
(including wetlands and others) are included, as needed.
j. Prepare construction phasing plans necessary to maintain continued traffic flow at
all times, unless agreed otherwise with the CITY OF FAYETTEVILLE.
k. Prepare exhibits and documentation for public meetings to obtain citizen input
and to obtain alignment approval by the CITY OF FAYETTEVILLE.
1. Provide related design services including but not limited to design surveys,
property surveys, geotechnical investigations and right of way acquisition
documents.
Basic Services
The Scope of Services of the ENGINEER as described in the Agreement are further
defined and described hereinafter.
Topographic Surveys
a. Survey control shall be established on the State Plane Coordinate System.
b. Locate all structures, streets, driveways, storm inlets and piping and other features
within 40 feet of centerline plus additional structures from parcels from which
acquisition will be made.
C. Locate all utilities, including water and sanitary sewer, including sanitary sewer
force main, routed within the existing street right-of-way, or in close proximity to.
See also Section 5, "Utility Surveys & Coordination" below.
d. Cross section centerline at 50 foot intervals, plus breaks, for a width of 80 feet to
define existing conditions. Cross section intersecting streets for the lengths
designated for inclusion in the project.
e. Profile existing driveways.
APPENDIX A — Scope of Services A-2 FY14-2118
Zion Road
4.
5.
f. Cross section areas in the vicinity of drainage channels. Determine flow line
elevations of all drainage facilities (pipes, inlets, ditches, etc.).
g. Set temporary bench marks at approximately 1,000 foot intervals.
h. All survey work will be conducted with the standards of care as outlined in the
Standards of Practice No. 1 (Revised May 21, 2009, updated 8-25-08) Arkansas
Standards of Practice for Property Boundary Surveys and Plats.
Right -of -Way Surveys
a. CITY OF FAYETTEVILLE will provide ownership information for properties
along project route including copies of recorded plats, legal descriptions for
unplatted tracts and easements and right of way information.
b. Perform field surveys to determine existing monumentation and establish land
lines, ownership lines, rights -of -way and easements.
C. Reference existing monuments for replacement after construction.
d. Stake proposed right-of-way and easements at intervals which will provide
intervisible points for appraisal and acquisition purposes. Larger tracts shall be
staked at property lines and at intervisible points.
e. All survey work and related right-of-way work will be conducted with the
standards of care as outlined in the Standards of Practice No. 1 (Revised MU 21,
2009 updated 8-25-08) Arkansas Standards of Practice for Property Boundary
Surveys and Plats.
Utility Surveys and Coordination
a. Request location and size of existing overhead and underground utilities from the
utility companies.
b. Field locate known, marked and/or observable utilities within the project area.
Where conflicts with new construction will or may occur, determine elevations of
existing utilities by excavation methods. Excavation and exposure of the utility
facilities will be provided by the owner of the utility. In the event the utility
owner cannot or will not perform the excavation to expose the utility facilities, the
ENGINEER will arrange to have the necessary excavation performed. Prior to
performing the excavation, the ENGINEER will coordinate the excavation
operations with the utility owner and require that a representative of the utility
APPENDIX A — Scope of Services A-3 FY14-2118
Zion Road
6.
owner be present during the excavation activities. The costs associated with this
work shall be reimbursed by the CITY OF FAYETTEVILLE.
C. Using utility field survey data, plot existing utilities on plans.
d. Attend meetings with each affected utility company to discuss necessary
adjustments or relocations and later to discuss their methods and schedule to
accomplish the work. A CITY OF FAYETTEVILLE representative will arrange
all meetings with utility companies, unless otherwise agreed.
e. Review utility adjustment plans and costs with CITY OF FAYETTEVILLE to
determine most feasible combination of street and drainage construction and/or
utility relocation to be utilized. Prepare construction plans as directed by CITY
OF FAYETTEVILLE to accommodate utility relocations, including identification
of utility easements on right-of-way plans. Final plans shall indicate the location
and extent of proposed utility relocations.
Geotechnical Investigations
a. Perform geotechnical investigations in accordance with AASHTO, AHTD, and
CITY OF FAYETTEVILLE criteria.
b. Perform sampling of subgrade soils by boring and excavation of test pits. A
minimum of five (5) test pits shall be provided for in the areas of full street
reconstruction. In areas of road widening, a portion of the tests shall be taken in
ditch lines, or adjacent thereto, over which pavement structure maybe
constructed. Four (4) borings shall be drilled within the existing roadway to
terminal depths of five (5) feet below existing grade. Existing pavement sections
and encountered subgrade soils will be sampled by the test pits and borings.
C. Perform soil tests to determine soil classifications, moisture content, gradations,
and other appropriate tests. Soil classifications (both Unified and AASHTO) to
be determined for each type of soil encountered in each boring for depths between
subgrade and 8 to10 feet below. Determine if an impervious soil layer exists (and
depth thereto) which would inhibit or prevent free drainage of subgrade soils.
Note and inform CITY OF FAYETTEVILLE of suspected hazardous substances
encountered.
d. From soil samples, determine locations for further sampling (anticipate fill areas
and inadequate soil removal areas are to be excluded) for load bearing strength
(CBR) tests. CBR tests are to be done on representative subgrade soils.
e. After establishment of final profile grades, review soil data to determine the
adequacy of the in -situ soils as a pavement subgrade assuming wet weather
APPENDIX A — Scope of Services A-4 FY14-2118
Zion Road
conditions and construction season. Make recommendations as to anticipated soil
conditions and reactions to be encountered, amount of undercut to be required,
utilization of geotextile/geogrid materials for stabilization, and/or other
construction methods or materials to achieve a stable subgrade.
f. Analyze the data, develop recommendations for structural foundations, slope
stability, excavations, embankments, pavement geotechnical investigations not
listed above, and pavement designs, and prepare a geotechnical report for the
Project.
7. Conceptual Design Phase
a. Prepare plan and profile drawings showing all existing facilities. Horizontal scale
of drawings to be 1 inch equals 20 feet or larger and vertical scale to be 1 inch
equals 5 feet.
b. Prepare plans and data including the following information:
(1) Survey data, centerline and stations, existing improvements, boring
locations, bench marks, existing and proposed right-of-way, temporary
construction easements and structures.
(2) Proposed centerline, pavement configuration, and profile grades for
streets. Identify bike lane, greenspace and sidewalk locations.
(3) Establish typical pavement sections.
(4) Soils boring information including existing pavement sections. Soils
laboratory data, including CBR tests, are not required in the concept phase.
(5) Drainage information on concept plans shall include approximate location,
size and type of structures and storm drain systems. A drainage area map
shall be furnished. Preliminary hydrology data shall include runoff
quantities for the 10, 25, 50 and 100 year design storms. CITY OF
FAYETTEVILLE will provide storm water data, as available, for primary
drainage ways.
(6) Prepare opinions of probable costs for primary and alternate designs
including unit cost and total cost.
(7) Identify water and sanitary sewer facilities requiring relocation.
(8) Provide report outlining recommendations, summarizing criteria,
calculations, and other project information.
APPENDIX A — Scope of Services A-5 FY14-2118
Zion Road
8.
(9) Prepare exhibits for public meeting to show final street alignment, curb
lines, intersections with cross streets, typical paving sections with
sidewalks and other improvements, cross sections at crucial intervals to
depict extent of cut and fill slopes, and other pertinent information .
Exhibits are to be scroll maps on existing aerial photos at a scale of 1 inch
equals 100 feet.
(10) Attend and conduct one public meeting to provide information, answer
questions and obtain input from the public.
(11) Prepare and provide a summary of public input obtained at meeting and
alternative actions to address and/or resolve issues presented by the public.
Preliminary Design Phase
a. Prepare plan and profile drawings showing all existing facilities. Horizontal scale
of drawings to be 1 inch equals 20 feet or larger and vertical scale to be 1 inch
equals 5 feet. Prepare preliminary plans, documents and data to include the
following:
(1) Design and layout all proposed street horizontal and vertical alignment on
plan and profile sheets. Show curb and gutters, bike lanes, greenspace,
sidewalks, driveways, drainage facilities, and other proposed features and
elements.
(2) Design and prepare typical street paving sections for all streets.
(3) Plot existing cross sections, including driveway and. cross streets.
(4) Prepare plans of intersecting streets which depict all construction required
to provide a smooth transition from the proposed to the existing pavement.
Show top of curb elevations or edge of pavement elevations.
(5) Perform drainage design calculations and show all existing and proposed
drainage facilities on the plans, on both the plan and profile. Show
horizontal and vertical location, elevations, grades and structure details. A
drainage area map shall be furnished. Preliminary hydrology data shall
include runoff quantities for the 10, 25, 50, and 100 year design storms.
(6) Prepare plans and details of water and sanitary sewer facilities which
require relocation to accommodate construction of the street and drainage
improvements.
(7) Provide list of Engineer -developed details to be incorporated into plans.
APPENDIX A — Scope of Services A-6 FY14-2118
Zion Road
L83
C.
(8) Draft preliminary notes on plans to fully describe the construction work to
be performed.
(9) Prepare recommendations for sequence of construction and prepare
preliminary layout of construction phasing and detours.
(10) Prepare preliminary storm water and erosion control plans.
(11) Prepare draft copy of special provisions (special conditions) to the
construction specifications.
(12) Prepare cost estimates for preliminary design.
(13) Provide design documentation including calculations and support data.
Prepare right-of-way plans to include the following:
(1) Plans to be drawn at 1" = 50' scale or larger scale.
(2) Identify property subdivisions, existing and proposed rights -of -way and
easements, ownership names, addresses, utility easements, temporary
construction easements and related information.
(3) Provide complete information on plans for, and prepare legal descriptions
for, acquisition of rights -of -way and easements including residual or
severed tracts. Prepare easement and right of way acquisition documents
utilizing standard CITY OF FAYETTEVILLE forms.
(4) Provide tabulation of tracts, ownerships, and areas (permanent and
temporary construction easements) for each acquisition.
Attend monthly design progress meetings with CITY OF FAYETTEVILLE.
Provide written response to design review comments provided by CITY OF
FAYETTEVILLE.
9. Final Design Phase
a. Prepare final design calculations, plans, profiles, details, paving sections, cross
sections, pavement designs, detours and other items.
APPENDIX A — Scope of Services A-7 FY14-2118
Zion Road
b. Prepare construction details which depict all typical items, including but not
limited to, curbs, drainage inlets and junction boxes, underdrains, driveways,
sidewalks and pavement markings utilizing the CITY OF FAYETTEVILLE
format and standard detail drawings where applicable
C.
d.
e.
Prepare final special provisions (special conditions) to the construction contract
for items not included in the CITY OF FAYETTEVILLE Standard Construction
Specifications, including building demolition.
Calculate construction quantities in accordance with the CITY OF
FAYETTEVILLE standard construction specifications and format and submit
copy of calculations.
Provide construction bid proposal form. Provide a computer disk containing the
bid proposal form in accordance with CITY OF FAYETTEVILLE format(s).
Prepare a recommendation of construction contract time.
Prepare schedule of construction quality control testing.
Revise and update the summary of pay quantities sheet as necessary.
Prepare opinions of probable costs.
Compile design summary to include complete calculations and design data.
Attend monthly design progress meeting with CITY OF FAYETTEVILLE.
Prepare written response to design review comments provided by CITY OF
FAYETTEVILLE.
10. Proiect Deliverables
a. Two copies of the Geotechnical Report.
b. Two copies of the hydraulic modeling calculations and drainage design
C. Three copies of the Concept Plans, design report and cost estimates.
d. Three copies of the Preliminary Plans, design report, cost estimates and other
supporting documents.
APPENDIX A — Scope of Services A-8 FY14-2118
Zion Road
e. One copy of the Preliminary Plans to each potentially affected utility company.
f. Three copies of the Final Plans, design report, cost estimates and other supporting
documents.
g. Three copies of the revised Final Plans, design summary, cost estimates and other
supporting documents.
h. Provide one copy of the construction bid proposal on a computer disc.
i. Provide one copy of the revised Final Plans to each potentially affected utility
company.
Three copies of the Final Plans and Specifications to the Contractor.
k. Three copies of the right-of-way plans, easements and acquisition documents.
1. Two copies of the approved shop drawings and submittals from the Contractor.
in. One hard copy set of Record Drawings.
n. Electronic files as requested.
11. General
a. All street construction shall follow the guidelines described in the CITY OF
FAYETTEVILLE Street Design Standards.
b. Plans shall be reducible, and legible, to scalable half size plans on 11" x17"
sheets. One set of reproducible plans will be provided for right-of-way. In
addition, provide preliminary and final plans on computer disk in a format
compatible with the current AutoCAD release used by the CITY OF
FAYETTEVILLE.
C. Record drawings shall be provided on computer disc in AutoCAD format in
addition to the reproducible drawings.
d. Attendance at one public meeting for discussion of route, design, and construction
is included.
e. Attend meetings with Owner and Agencies for plan review, project coordination
and right-of-way.
APPENDIX A — Scope of Services A-9 FY14-2118
Zion Road
12. The services specified for the various phases of the Agreement shall be completed and all
stipulated documents shall be submitted to the OWNER in accordance with the project
schedule included as Appendix `B".
13. The ENGINEER should anticipate a 60 calendar day review period by the CITY OF
FAYETTEVILLE between the completion of one phase and the beginning of the
following phase. Additional time may be required for review by agencies.
14. The plans, specifications and contract documents authorized by this Agreement shall be
prepared to allow construction bids to be received and construction to be performed under
one construction contract. Demolition of building structures, if required, will be included
in the construction contract.
15. The ENGINEER will provide construction contract administration including
advertisement and opening of bids.
16. The ENGINEER will provide construction observation services if requested by the CITY
OF FAYETTEVILLE. Full time observation shall be provided during installation of
water and sanitary sewer lines, all other observation services shall be as required by the
nature of the construction activities, minimum 50% attendance. Services may include;
1. Attend pre -construction meeting
2. General construction administration.
3. Change order preparation and review.
4. Pay request review.
5. Submittal review.
6. Final inspection.
Provision of this service is not included within the scope of this contract and, if required,
shall be negotiated as a contract amendment between The CITY OF FAYETTEVILLE
and the ENGINEER when required.
17. Subcontracting of services by the ENGINEER shall have prior approval of the OWNER.
APPENDIX A — Scope of Services A-10 FY14-2118
Zion Road
Notice to Proceed
City of Fayetteville - Zion Road. APPENDIX B
North Vantage Drive to North Crossover Road
Design Schedule
1 day,, Tire S6/16
S ...s.
..Gry Review . ......... ...... .........
...........
6
(
Preliminary Design Phase-60%
90 days'..
Saticya/14
7..!
( '.
Gy Review
id Bays
Fit 1015
......8.....'
[.d1'
Final Design Phase -9D%
45 days'.
Fri1/I6/16
CaeoledW W Im tipallons ... 60 days
L-M.
Progress Summary ^ F� emal Tasks 3 u Deadline IzSi4 SWk ...,..... Milestone Prcjett Summary OpPMOOMMOM External Milestone P
A192.166.12M2016\142116-Zan Road Phase h; Vantage a on seoveAGlntr Ys0on Road Project Design Schetlule.mpp, Fri W18114
APPENDIX "C"
COMPENSATION
PROFESSIONAL SERVICES AGREEMENT
CITY OF FAYETTEVILLE, ARKANSAS
ZION ROAD;
NORTH VANTAGE DRIVE TO NORTH CROSSOVER ROAD (HWY 265)
• CITY OF FAYETTEVILLE shall pay ENGINEER for Basic Services rendered an amount
equal to the cumulative hours charged to the Project for each class of ENGINEER's
employees multiplied by ENGINEER'S Hourly Rates as shown on the attached Exhibit "I",
plus approved Reimbursable Expenses and ENGINEER's Consultant charges, if any.
ENGINEER's Hourly Rates as shown on the attached Exhibit "1" shall be adjusted annually
each January 1. For ENGINEER's Consultant charges, the CITY OF FAYETTEVILLE shall
pay the ENGINEER the amount billed to the ENGINEER times a factor of 1.00.
• Basic Services: Payment by CITY OF FAYETTEVILLE based on ENGINEER's Hourly
Rates shall approximate the following schedule. Payment for a specific phase shall not exceed
the scheduled amount prior to completion of that phase. Underruns in one phase may be used
to offset overruns in another phase as long as the contract amount is not exceeded.
Topographic, Boundary Mapping and
Construction Layout for ROW & Easements $ 86,916
Hydrological Evaluation $ 3,500
Environmental Surveys and Permits $ (N/A)
Conceptual Design Phase $ 66,392
Preliminary Design Phase $ 68,214
Final Design Phase $ 34,930
Water Relocation Design $ 24,000
Sanitary Sewer Upgrade $ 68,400
Property Acquisition Documents $ 36,000
Bidding Services $ 7,500
Construction Administration $ 43,654
APPENDIX C — Compensation C-1 FY14-2118
Zion Road
Geotechnical Investigation/ Report $ 6,500
Easement Research & ARKUPS $ 6,000
Construction Observation $ (N/A)
SUB -TOTAL Basic Services $ 452,006
Additional Services: Any and all Additional Services must be approved, and maximum
amount to be paid for said services agreed to, in writing by CITY OF FAYETTEVILLE prior
to rendering of same. CITY OF FAYETTEVILLE shall pay ENGINEER for Additional
Services rendered an amount equal to the cumulative hours charged to the Project for each
class of ENGINEER's employees multiplied by ENGINEER'S Hourly Rates as shown on the
Attached Exhibit "1", plus approved Reimbursable Expenses and ENGINEER'S Consultant
charges, if any. For ENGINEER's Consultant charges, the CITY OF FAYETTEVILLE shall
pay the ENGINEER the amount billed to the ENGINEER times a factor of 1.00.
• CITY OF FAYETTEVILLE shall pay ENGINEER the actual cost of Reimbursable Expenses
incurred in connection with Basic and Additional Services. Reimbursable Expenses must be
approved by the CITY OF FAYETTEVILLE prior to the incurrence of such expenses. The
estimated amount of Reimbursable Expenses to be incurred in connection with Basic Services
is:
SUB -TOTAL Reimbursable Expenses $ 10,000
• The maximum payment to the ENGINEER for Basic Services and Reimbursable Expenses
under this Agreement shall not exceed $ 462,006.
• ENGINEER shall submit invoices monthly for services rendered and expenses borne. The
invoices shall be accompanied by a copy of the timesheets for all ENGINEER's personnel
working on the project.
The Hourly Rates used as a basis for payment mean salaries and wages (basic and incentive)
paid to all personnel engaged directly on the PROJECT, including, but not limited to,
engineers, architects, surveyors, designers, draftsman, specification writers, estimators, other
technical personnel, stenographers, typists and clerks; plus the cost of customary and statutory
benefits including, but not limited to, social security contributions, unemployment, excise and
payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave,
vacation and holiday pay applicable thereto; plus operating margin or profit, non -project
operating costs, and all general and administrative overhead costs, including but not limited
to, furnishing and maintaining office facilities, furniture, utilities, vehicles and equipment.
Reimbursable Expenses mean the actual expenses incurred directly or indirectly in connection
with the PROJECT for printing and reproduction costs and ENGINEER's consultant charges.
Any and all expenditures for reimbursable expenses must be approved by the CITY OF
FAYETTEVILLE prior to rendering or obtaining same. Overtime salary costs are not
considered Reimbursable Expenses.
APPENDIX C — Compensation C-2 FY14-2118
Zion Road
Appendix C-2
CITY OF FAYETTEVILLE
ZION ROAD IMPROVEMENTS
AMENDMENT No.1
FEE SUMMARY
Basic Services
Topographic, Boundary Mapping & Construction
Layout for ROW & Easements
Hydrological Evaluation
30% Design
60% Design
Water Relocation
Sanitary Sewer Upgrade
90% Design
100% Design; Specs & Cost Estimate
Water Relocation
Sanitary Sewer Upgrade
Property Acquistion Documents
Bidding Services
Construction Administration
Original Contract Amendment No. 1
$77,104
$9,812
$3,500
$0
$66,392
$0
$68,214
$0
$19,056
$0
$0
$41,035
$0
$0
$34,930
$0
$4,945
$0
$0
$27,365
$36,000
$0
$7,500
$0
$32,256
$11,398
Basic Services NTE Fee $349,896 $89,610
Special Services
Geotechnical Investigation $6,500 $0
Environmental Documentation $0
Easement Research & ARKUPS $51000 $1,000
Special Services NTE Fee $11,500 $1,000
Grand Total $361,396 $90,610
Reimbursable Expenses $10,000 $0
Total NTE Fee $371,396 $90,610
Total
$86,916
$3,500
$66,392
$68,214
$19,056
$41,035
$0
$34,930
$4,945
$27,365
$36,000
$7,500
$43,654
$439,506
$6,500
$0
$6,000
$12,500
$452,006
$10,000
$462,006
MCCLELLAND
CONSULTING Exhibit "
ENGINEERS, INC.
2013 - 2014
McCLELLAND CONSULTING ENGINEERS, INC.
*STANDARD HOURLY RATES
As of December 1, 2013
Clerical
$45.00 - $65.00
Construction Observer
$55.00 - $97.00
Chief Draftsman
$68.00 - $78.00
Draftsman
$50.00 - $69.00
Engineering Technician
$55.00 - $95.00
Geotech Engineer
$84.00 - $127.00
Principal Engineer
$127.00 - $175.00
Project Engineer
$82.00 - $128.00
Sr. Project Engineer
$110.00 - $120.00
Environmental Scientist/Designer
$93.00 - $105.00
Landscape Architect
$60.00 - $109.00
Media Specialist
$55.00 - $65.00
Project Accountant
$60.00 - $105.00
Project Manager
$115.00 - $135.00
Sr. Project Manager
$127.00 - $143.00
Registered Land Surveyor
$100.00 - $110.00
Soils Lab Supervisor
$75.00 - $127.00
Soils Lab Technician
$42.00 - $56.00
Specification Writer
$48.00 - $61.00
Survey Party Chief
$75.00 - $80.00
Survey (2 man or Robotic) Crew
$107.00 - $143.00
Survey (3 man) Crew
$135.00 - $175.00
Survey Field (1 Man or Rodman)
$76.00 - $80.00
Survey Technician
$75.00 - $95.00
Water Lab Supervisor
$68.00 - $85.00
Expenses
@ Cost
Mileage
56.5/mi
current IRS rate
*Standard Hourly Rates may be adjusted annually in accordance with
the normal salary review practices of McClelland Consulting Engineers.