Loading...
HomeMy WebLinkAbout83-19 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 83-19 File Number: 2019-0176 MCCLELLAND CONSULTING ENGINEERS, INC.: A RESOLUTION TO APPROVE SUPPLEMENTAL AGREEMENT NO. 2 TO THE CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE ADDITIONAL AMOUNT OF $18,082.00 TO ADD FINAL ENGINEERING DESIGN AND BID SERVICES FOR THE REPLACEMENT OF AN EXISTING 24 -INCH WATER MAIN ADJACENT TO MORNINGSIDE DRIVE ASSOCIATED WITH UTILITY RELOCATIONS NECESSARY FOR ARKANSAS DEPARTMENT OF TRANSPORTATION JOB 040579 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 Supplemental Agreement No. 2 to the contract with McClelland Consulting Engineers, Inc. in the additional amount of $18,082.00 to add final engineering design and bid services for the replacement of an existing 24 -inch water main adjacent to Morningside Drive associated with utility relocations required for Arkansas Department of Transportation Job 040579. PASSED and APPROVED on 4/2/2019 Page 1 1.E.; ■ �ti • t�V Printed on 413119 = City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2019-0176 Agenda Date: 4/2/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 10 MCCLELLAND CONSULTING ENGINEERS, INC.: A RESOLUTION TO APPROVE SUPPLEMENTAL AGREEMENT NO. 2 TO THE CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE ADDITIONAL AMOUNT OF $18,082.00 TO ADD FINAL ENGINEERING DESIGN AND BID SERVICES FOR THE REPLACEMENT OF AN EXISTING 24 -INCH WATER MAIN ADJACENT TO MORNINGSIDE DRIVE ASSOCIATED WITH UTILITY RELOCATIONS NECESSARY FOR ARKANSAS DEPARTMENT OF TRANSPORTATION JOB 040579 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 Supplemental Agreement No. 2 to the contract with McClelland Consulting Engineers, Inc. in the additional amount of $18,082.00 to add final engineering design and bid services for the replacement of an existing 24 -inch water main adjacent to Morningside Drive associated with utility relocations required for Arkansas Department of Transportation Job 040579. City of Fayetteville, Arkansas Page 1 Printed on 413/2019 City of Fayetteville Staff Review Form 2019-0176 Legistar File ID 4/2/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 3/14/2019 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends the approval of a Supplemental Agreement No. 2 to the contract with McClelland Consulting Engineers, Inc in the amount of $18,082.00 to add final engineering design and bid services for the replacement of an existing 24 -inch water main adjacent to Morningside Drive associated with utility relocations necessary for Arkansas Department of Transportation Job 040579. 5400.720.5600-5314.00 Account Number 11011.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Water and Sewer Fund Water/Sewer Relocations - Bond Projects Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 1,134,172.00 $ 144,832.52 989,339.4 $ 18,082.00 971,257.48 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF 4. FAYETTEVILLE J, ARKANSAS MEETING OF APRIL 2, 2019 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee FROM: Tim Nyander, Utilities Director DATE: March 14, 2019 CITY COUNCIL MEMO SUBJECT: McClelland Consulting Engineers — Supplemental Agreement No. 2 for Engineering Design of Morningside Drive Waterline RECOMMENDATION: Staff recommends the approval of a Supplemental Agreement No. 2 to the contract with McClelland Consulting Engineers, Inc in the amount of $18,082.00 to add final engineering design and bid services for the replacement of an existing 24 -inch water main adjacent to Morningside Drive associated with utility relocations necessary for Arkansas Department of Transportation Job 040579. BACKGROUND: Resolution 205-17 permitted McClelland Consulting Engineers (MCE) to proceed with design work for utility relocations along Highway -16 (15th Street) between S. College Ave. and Huntsville Rd. Subsequently, resolution 45-18 increased MCE's scope to include design of a 24" waterline replacement along Morningside Dr. from 15th Street to Huntsville Rd. This 24" waterline is in need of replacement due to age, material, and frequency of leaks. DISCUSSION: The original intent was to bid this project at one time, both the Highway -16 relocations and the 24" waterline along Morningside. However, the Arkansas Department of Transportation (ArDOT) will not quickly be progressing with the Highway -16 widening project and city staff recommends bidding the 24" Waterline project as soon as possible to avoid further leaks or failure of this waterline. This proposed Supplemental Agreement No. 2 covers MCE's costs associated with separating this project into a stand-alone plan -set, specification, and bid package. BUDGET/STAFF IMPACT: Funds are available in Water/Sewer Relocations — Bond Projects. Attachments: Supplemental Agreement No. 2 Resolution 45-18 Resolution 205-17 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Supplemental Agreement No. 2 Highway 16 Utility Relocations Date: --I ' dL— o WHEREAS, the CITY OF FAYETTEVILLE and McClelland Consulting Engineers, Inc. (ENGINEER) entered into an Agreement for Professional Engineering Services (AGREEMENT) on October 3, 2017; and, WHEREAS, the CITY OF FAYETTEVILLE has requested that ENGINEER perform additional services outside of the scope of the AGREEMENT. NOW THEREFORE, the following modifications will be made to the AGREEMENT to include the additional services requested: MODIFICATIONS: 1. Section 2.1.1 — the additional scope of services are included in the attached Appendix "A-2". 2. Section 5.1 —the maximum not -to -exceed amount is increased from $173,689.82 to $191,771.82. Modifications to compensation are included in the attached Appendix "134". 4". IN WITNESS WHEREOF, the parties execute this Supplemental Agreement No. 2, to be effective on the date set out above. McClelland Consulting Engineers, Inc BY: Daniel Barnes, PE President, Fayetteville Office City of Fayetteville, Arkansas APPENDIX A-2 — SCOPE OF ADDITIONAL SERVICES SUPPLEMENTAL AGREEMENT NO. 2 — 24" WATER MAIN FINAL DESIGN AND BID SERVICES 1.1 General The scope of additional services includes preparation of Final Design Plans, Project Specifications, Bid Documents and bidding services for the 24" water main at Morningside Drive to be bid as a separate and distinct project from the Highway 16 utility relocations. This project is anticipated to be complete or under construction when the Highway 16 relocation work is performed. 1.2 Design Surveys, Preliminary Design, Final Design and Bidding Services 1.2.1 Design Surveys MCE will complete additional topographic surveys in the following areas due to changes that occurred during the course of the design of the 24" water main: • Connection of a new road (Swift Drive)to Morningside Drive and associated drainage infrastructure associated with the Park Meadows development. • Installation of new power poles in the vicinity of the 24" water main associated with the Park Meadows development. • Additional survey at Huntsville/Morningside intersection to account for future widening at the intersection as well as tie-ins to existing water mains. 1.2.2 Preliminary Design Preliminary design services were included in Supplemental Agreement No. 1. 1.2.3 Final Design Based on review comments provided by the City on the 90% plans, the Final Design and Project Specifications for the 24" water main relocation shall be completed and prepared for release as a distinct, stand-alone package. Design deliverables shall be the same as included in the Original Agreement dated October 3, 2017. Additional coordination with the Park Meadows development will be required to account for future widening of Morningside Drive. 1.2.4 Bidding Phase Design and bid documents will be prepared and bid out as one distinct, complete project. This shall include attendance at the pre-bid meeting and bid opening, tabulation of bids, and recommendation of award. Response to bidder questions and issuance of addenda was included in Supplemental Agreement No. 1. 1.3 Property Surveys, Property Mapping, Easement Mapping and Easement Preparation Services In Supplemental Agreement No. 1, it was assumed that the permanent easement adjacent to the Park Meadows development would be dedicated by plat. Due to the timing of this project, a permanent easement will need to be acquired from the developer. In addition, permanent easements will be required north of Huntsville Road and south of Highway 16 for the 24" water Appendix A-2 — Scope of Additional Services Page 1 of 2 24" Water Main Final Design and Bid Services main tie-in points that were not included in the original agreement. Therefore, a total of three new permanent easements are included, which shall include property surveys, mapping, and preparation of easement documents and exhibits. 1.4 Storm Water Pollution Prevention Plan Services This work was included in Supplemental Agreement No. 1. 1.5 Geotechnical Services This work was included in Supplemental Agreement No. 1. 1.6 Construction Phase Services The scope of Construction Phase Services will be added with a future amendment to this agreement. 1.7 Extra Work The following items are not included under this agreement but will be considered as extra work: 1. Redesign for the City's convenience or due to changed conditions after prior approval or conflicting direction from the City or from ARDOT. 2. Submittals or deliverables in addition to those listed in Section 1.2.2. 3. Environmental Assessment. 4. Work related to environmentally or historically (culturally) significant items. Extra Work will be as directed by the City of Fayetteville in writing for an additional fee as agreed upon by the City of Fayetteville and MCE. 1.8 Schedule The same schedule as defined in the Original Agreement dated October 3, 2017 will be maintained. Updates or modification to this schedule will be coordinated between the Owner and Engineer and agreed upon in writing. Appendix A-2 — Scope of Additional Services Page 2 of 2 24" Water Main Final Design and Bid Services Appendix B-4 Fee Proposal - Supplemental Agreement No. 2 Appendix B-4 Design Surveys, Final Design, Easements and Bidding Assistance In Conjunction with the 24" Water Main Relocation along Morningside Drive Fayetteville, Arkansas Manhours Labor Classification Time/ lours Labor Rate Extended Sr Project Manager V 8.00 $60.00 $480.00 Project Manager III 36.00 $40.00 $1,440.00 Project Designer III 40.00 $30.00 $1,200.00 Chief Draftsman 24.00 $27.00 $648.00 Survey Tech. II 28.00 $22.00 $616.00 Reg. Land Surveyor IV 16.00 $40.00 $640.00 Field Survey 1 -Man 24.00 $27.00 $648.00 Office Admin 12.00 $20.00 $240.00 Direct Labor Subtotal $5,912.00 Overhead 164.03% $9,697.00 Subtotal $15,609.00 Fixed Fee $1,873.00 Subtotal Labor Costs $17,482.00 EXPENSES Estimated Rc:in„hursable Experist; Anriount Mileage $50.00 Printing $50.00 ADH Review Fee* $500.00 Total Estimated Reimbursable Expenses $600.00 Total Costs - Design Surveys, Final Design, Easements, and Bidding Phase $18,082.00 * One (1) ADH Review Fee of $500 included in Original Agreement. 2/27/2019 FEE ESTIMATE Supplemental Agreement No. 2 - 24" Water Main Final Design and Bidding Manhour Fee Estimate Date: 02-27-2019 CONSULTING EChi5iJL�iN ENGINEERS, WC. Task Description Sr Project Manager V Project Manager III Project Designer III Chief Draftsman Survey Tech. II Reg. Land Surveyor IV Field Survey 1 Man Office Admin Desi n Surveys Complete mapping of surface features 16.00 Drafting 8.00 -Quality. control 2.00 .Project Management 2.00 Sub total Manhours / Fee IFfnal Design 0.00 0.00 0.00 0.00 8.00 4.00 16.00 0.00 ,Adjust horizontal alignment 2.00 4.00 8.00 Adjust vertical alignment 2.00 6,00 1200 Coordinate with Developer's Engineer on Potential Conflicts 1.00 4.00 4.00 (Pre are recommendation for sequence of construction 2.00 4.00 (Coordinate easement requirements 2.00 2.00 (Develop quantity and bid form 1.00 2.00 Assemble Project Manual 1.00 4.00 8.00 Prepare estimate of probable construction cost 1.00 2,00 Submit to ADH for review/approval 2.00 4,00 IReply to ADH comments 1.00 2,00 2,00 ArDOT coordination/permitting 1.00 4.00 2.00 Utility coordination 1.00 2.00 2.00 Meetings with Owner 2.00 2.00 Project management 1.00 4,00 Sub total Manhours / Fee SWPPP Services 6.00 30.00 36.00 24.00 0.00 0.00 0.00 8.00 Complete SWPPP Prepare NO1 Sub total Manhours / Fee BiddinL Phase 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Respond to questions during bidding Prepare/Issue Addenda Pre-bid meeting 2.00 2.00 Bid Opening 2.00 2.00 Bid tabulation and recommendation 2.00 2.00 400 Sub total Manhours / Fee Property Surveys, Mapnin� and Easments 2.00 6.00 4.00 0.00 0.00 0.00 0.00 4.00 .Assemble survey plats, subdivision plats, deeds, etc. 4.00 2.00 Tie ro er[ pins / Field Crew 8.00 Drafting / Data Processing 400 Boundary Resolution 4.00 Exhibit A Map Preparation (Estimate of 3) 800 4.00 Prepare easement description (Estimate of 3) 1 4.00 2.00 Sub total Manhours / Fee Total Estimated Manhours / Professional Fees 0.00 8.00 0.00 36.00 0.00 40.00 0.00 24.00 20.00 28.00 12.00 16.00 8.00 24.00 0.00 12.00 Page 1 of 1