Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout1984-11-26 85-31 ORDER85-31
Introduced by Councilor McCarthy, NoveNner 26, 1989
CITY OF BANGOR
(TITLE) (0rb9T,. Aubhorising City Engineer to Hater into, Agreement with
-% Hoyle, Tenser &. Associates,, Tap. .,tpr engineering services at BU -
Heagg_Duty Ramp' Dneinege Trenoh, Rehabilib®tion ,.
By My edt of%M City ofBsuW.
ORDERED,
THAT the City Homages be and hereby is authorised to enter
into an Agreement with Hoyle, Tanner & Associates, Inc. for the
study and preliminary design of the rehabilitation to the heavy
duty ramp drainage trenches, a copy of said Agreement being on
file in the City Clerk's Office.
STATEMENT OF FACT:
This project will be funded through the FAA Airport Improve-
ment Program, and will provide a solution to the problem of the
failure of portions of the drainage trenches on the heavy duty
ramp, thought to be caused by expansion of the ramp concrete.
HS -31
In City Council November 26,1984 O R D E R
Referee to finance tmmittee confider
ne13.1eegitar md'NZ che...:,
to Mann er heeding change engineer. T 1
to Manager Agreemi t w City erg er enter into 9'(e -�.
�7 �
Agreement with Hoyle,T k Associates y�!.
ci yt,eJ „�.Wk -e ook4 �......-.� .. x f eraineertra services at eia
�S� ...: :..:...:......... .............. ..
Heavy duty Oraixage Trench Rehabilitation
IN CITY COUNCIL
December 10 1984" Introduced and filed by
Referred to A1rmrt Committee J� '
Co der next regular meeting.
� .. .u:.�!.��L. �.`cilman
CITY
ZN CITY CONLIL d -
December 26, 1980 In City eeweil denwry 14.1985 _
Referred to Airport Co:ulttee Passed
C at next meeti
/ --- ,
-DRAFT
no Dim
AGREEMENT
FOR
PROFESSIONAL ENGINEERING SERVICES
AIR CARRIER RAMP DRAINAGE STRUCTURES REHABILITATION
AOAP Project No. 6-23-0005-09, Contract No. 2 and
AIR Project No. 3-23-0005-01, Contract No. 2
BANGOR INTERNATIONAL AIRPORT
This AGREEMENT made and entered into at Penobscot County, Maine,
effective the 1st day of dune , 1983, by and between the
City of Bangor, Maine (hereinafter called the OWNER) and the firm
of Hoyle, Tanner i Associates, Inc., Consulting Engineers,
Londonderry, New Hampshire (hereinafter called the CONSULTANT).
WITNESSETH:
WHEREAS, the OWNER wishes to undertake a PROJECT consisting of
various airfield improvements at Bangor International Airport,
which improvements are more specifically' described as follows:
1. Rehabilitation O.I.A. ir Carii er Eam Drainage Structures: The
wor shall incly econstruction of portions of transverse
trench -type reinforced concrete drainage structures which
are located in the area of the main ramp used for civil air
carrier operations both domestic and international.
The foregoing to be hereinafter referred to as the PROJECT; and
WHEREAS, the ONNER intends to partially finance said PROTECT with
financial aid from the U.S. Government acting through the Federal
Aviation Administration (hereinafter the FAAI under the Airport
Improvement Program (AIP) and the Airport Development Aid Program
(ADAP); and
WHEREAS, -the -OWNER also intends t0 partially finance Said PROJECT
with financial aid from the State of Maine acting through the
Maine Department of Transportation (hereinafter the Maine DOT);
and
WHEREAS, AIR Project No. 3-23-0005-01 provides monies for the
study phase of the PROTECT; and
WHEREAS, ADAP Project NO. 6-23-0005-09 provides monies for the
preliminary design phase of the PROJECT: and
WHEREAS, the PROJECT will require approval by the FAA, the Maine
OUT and local government agencies; and
WHEREAS, the services of a professional engineer or engineering
-firm are required by the OWNER to prepare an engineering study,
preliminary designs and estimates; and
WHEREAS, such services are of a distinct professional and
non-competitive nature; and the OWNER has selected the 'CONSULTANT
to provide the required services as a continuation of engineering .
services already completed; _
NOW THEREFORE, in consideration of these premises and for the
satisfactory performance by the CONSULTANT of the services
hereinafter provided and for the payments to be made therefore by
the OWNER, the CONSULTANT and the OWNER d0 hereby agree as
follows:
ARTICLE I. SCOPE OF SERVICES - STUDY PHASE
Due to the fact that the phenomenon of "growing concrete" has -
- caused failure of the transverse trench -type reinforced concrete
drainage structures, the solution to the problem cannot be
obtained using straightforward design .techniques. As a result,
the CONSULTANT shall undertake a design study to determine
feasible solutions to the problem.
The CONSULTANT's work under this paragraph shall include, but not.
necessarily be Iimited to: �.
1. Investigate existing conditions of the apron slab, drain
trenches, adjoining building foundations, and edge
conditions of the slab.
2. Research necessary data on the growing concrete.
3. Compile all field data and develop the rate of expansion of
the.. existing slab. .
- 2 -
q, Prepare preliminary solutions for correcting the existing
problems.
5. Meet with the FAAr Maine OOT and the OWNER to present
preliminary solutions.
work under this Article is included under AIR Project No.
3-23-0005-01.
ARTICLE II. SCOPE OF SERVICES - PRELIMINARY DESIGN PHASE
The CONSULTANT shall undertake and complete preliminary designs
of the construction included in the PROSECT, and shall prepare
preliminary contract plans, specifications, andconstructioncost
estimates.
The CONSULTANT'S work under this paragraph shall include but
shall not necessarily be limited to:
1. Attendance at FAA Pre -design conference and preparation of a
.report of the meeting. .
2. -Determination of applicable design criteria as established
by rules, regulations, etc. of FAA, and by present
professional engineering standards.
3. Preparation of a Preliminary report identifying construction
methods; and including preliminary cost estimates and
sketches.
4. Preparation of all necessary preliminary design sketches,
design memoranda, computations, etc.
5. Preparation of reproducible preliminary construction plans
of the proposed PROSECT construction.
6. Preparation of preliminary construction specifications for
the PROSECT work.
L 'Coordination of all preliminary design work with the OWNER,
the FAA, and the City of Bangor, and including submission of
preliminary plans and specifications for review and
approval.
B. Making revisions to preliminary plans and specifications as
required to obtain the approval of the FAA and City of
Bangor.
Work under this Article is included under ADAP Project No.
6-23-0005-09.
- 3 -
ARTICLE III. COMPENSATION
A. General
The CONSULTANT shall charge for all services requested by the
OWNER and rendered by the CONSULTANT in connection with the
PROJECT in strict accordance with the conditions set forth in
this Article of theAGREEMENT.
The charges made by the CONSULTANT under this Article and the
payment of said charges by the OWNER shall constitute full
compensation for all expenses incurred by the CONSULTANT in
connection with the services rendered including F.I.C.A. taxes,
Federal and State unemployment taxes, costs in connection with
employees benefits, office expenses, supplies and equipment, the
general costs of doing business, and the CONSULTANT's profit.
B. Lump Sum Fees
The CONSULTANT shall charge lump a= fees for all work under this
AGREEMENT. The lump sum fees to be charged by the CONSULTANT and
paid by the OWNER shall be as follows:
1.- For all work under ARTICLE'S, "SCOPE OF SERVICES - STUDY
PHASE", a lump sum fee of eight thousand, seven hundred and
00/100 dollars ($8;]09.00).
2. For all work under ARTICLE II, "SCOPE OF SERVICES -
PRELIMINARY DESIGN PHASE," a lump sum fee of sixteen
thousand, six hundred and 00/100 dollars ($16,600.00).
ARTICLE IV. TINE AND METHOD OF PAYMENT
The CONSULTANT will make monthly application for payment for the
work completed under this AGREEMENT. The monthly applications
shall be on forms approved by the OWNER. The OWNER shall
promptly review and process the monthly application and shall
make payment to the CONSULTANT on a monthly basis.
ARTICLE V. WORE NOT INCLUDED
Services, that are not included in this AGREEMENT are the
following:
1. Final design phase services
- 4 -
i Project administration services such as assistance with
advertising for bids, preparation and assistance with forms
and artial
supporting
fromtheFAAnto duringtain construction. final
grant
9 payments
3. Construction phase services.
These services will be provided under a supplemental agreement Or
a new agreement between the CONSULTANT and the OWNER since the
scope of services required by the OWNER is undefined until the
work included in this AGREEMENT is Completed.
ARTICLE VI. ADDITIONALWORK
If, during the term of this AGREEMENT, the scope or character of
the work is changed substantially• or if the time for completion
is increased substantially due to circumstances beyond the
control of the CONSULTANT; and if such changes therebyincrease
the work to be performed by the CONSULTANT• an additional
shall be paid to the CONSULTANT. The additional work and the
amendments to therefore shall saiprovided
amendment tona written
be negotiated by
_ the
to this AGREEMENT and a by the FAA and the
the OWNER d the CONSULTANTr approved
Maine DOT. -
ARTICLE VII. TIME FOR COMPLETION.
The CONSULTANT shall complete all work under Article I of this
AGREEMENT Within 60 days of receipt of the field survey to be
provided by the City of. Bangor Engineering Department.
The CONSULTANT shall complete all work under Article II of this
AGREEMENT and submit preliminary construction Pllans and havingcost
estimates to the FAA, Maine DOT and Other agencies
jurisdiction within 60 days of receiving written comments on the
study phase (Article 1) report from the above-mentioned agencies.
ARTICLE VIII. ASSIGNED PERSONNEL
tered
The CONSULTANT shall assign an acceptable ptortheeOPRiBR�st be in
Professional Engineer,
responsible charge of the,work performed under this AGREEMENT.
The CONSULTANT shall not replace the person in charge without
the OWNER. The CONSULTANT shall assign such other
permission of
be necessary from time to time to
Personnel to the work as may
complete the work as required.
ARTICLE IX. TO BE PROVIDED BY THE OWNER
A. Existing Information
The OWNER shall provide the CONSULTANT with all available
information, data, plans, etc., pertinent to the CONSULTANT's
work under this AGREEMENT. The OWNER shall assist the CONSULTANT
as necessary to obtain available pertinent information from
Federal, State or local officials or from other engineers or
others who have' previously worked for the OWNER on matters
affecting this PROJECT.
B. Access for Field Work
It will be necessary for the CONSULTANT's field crews to
undertake field surveys, etc. on and near aircraft operational
areas at Bangor International Airport. The OWNER shall arrange
for and provide the CONSULTANT with access to such areas
timely basis including making necessary and proper arrangements
with the airport users, issuance of NOTAMS, etc.
ARTICLE X. COMPLIANCE WITH REGULATIONS
As the PROJECT is to be partially financed with Federal and State
grant aid, and will be subject to approval by the Maine DOT, FAA
and various other agencies, it is a specific requirement of this
AGREEMENT that all work done by the CONSULTANT be in strict
compliance with all rules, regulations, standard specifications,
or other requirements of the. Federal Aviation Administration, the
Maine DOT and other governmental agen a having jurisdiction.
It shall be the CONSULTANT's obligation to assist the OWNER in
obtaining all required approvals.
ARTICLE XI. TERMINATION -
The AGREEMENT may be terminated lin full o n part) by the OWNER
upon 5 days. written notice to the CONSULTANT. Upon such
termination, the OWNER shall pay the CONSULTANT all charges made
for work done prior to the termination and the CONSULTANT shall
turn over to the OWNER all completed work in whatever form it
exists and said work shall then become the property of the OWNER.
ARTICLE XII. CONSULTANT'S RECORDS
The OWNER, the Federal Aviation Administration, the Comptroller
General of the United States, or any duly authorized
representatives thereof, shall have access to any books,
documents, papers, and records Of the CONSULTANT which are
pertinent to the PROJECT for the purpose of making audits,
- 6 -
examinations, excerpts, and transcriptions. The CONSULTANT shall
maintain all records for three years after OWNER makes final
payment and all other pending matters are closed.
ARTICLE XIII. ATTACHMENTS TO AGREEMENT
Exhibit "A" and Exhibit "B" which are appended at the end of this
AGREEMENT are hereby made a part of this AGREEMENT by reference
and shall have the same force and effect as if they were here
written out in full. In the event of conflict between the terms
of this. AGREEMENT and theattachments hereto, the terms of this
AGREEMENT shall prevail.
IN WITNESS WHEREOF, the parties hereto have affixed their hands
and seals at Penobscot County, effective the date first above
written.
Signed By: _
Name and Title:
CITY OF BANGOR, MAINE
OWNER)
HOYLE, TANNER 6 ASSOCIATES, INC.
(CONSULTANT)
Signed By:
Name and Title: -
Sohn
N.
Tanner,
President
EXHIBIT B
AGREEMENT. FOR PROFESSIONAL ENGINEERING SERVICES
AIR CARRIER RAMP DRAINAGE STRUCTURES REHABILITATION
ADAP Project No. 6-23-0005-09, Contract No. 2 and
AIP Project No. 3-23-0005-01, Contract No. 2
BANGOR INTERNATIONAL AIRPORT
I hereby certify that I am the President and duly authorised
representative of the firm Hoyle, Tanner & Associates, Inc., whose
address is One Technology Park, Londonderry, New Hampshire 03053,
and that neither I nor the above firm I here represent has:
(a) employed or retained for a commission, percentage,
brokerage, contingent fee, or other consideration, firm
or person (other than a bona fide employee working solely
for me or the above consultant) to solicit or secure this
AGREEMENT, or
(b) agreed, as an express or implied condition for obtaining
this AGREEMENT to employ or retain the services of any
.. firm or person in connection with carrying outthe
AGREEMENT, or
(c) paid or agreed to pay to any firm, organization, o
person (other than a bona fide employee working solely
for me or the above consultant) any fee, contribution,
donation, o sideration of any kind for, or in
connection with, procuring or carrying out the AGREEMENT.
I acknowledge that this certificate is to be furnished to the
Federal Aviation Administration of the United States Department of
Transportation, in connection with this AGREEMENT involving
participationofAirport Improvement Program (AIP) funds and is
subject to applicable State and Federal laws, both criminal and
civil.
John W. Tanner
Page 1 of 1
EXHIBIT A
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
AIR CARRIER RAMP DRAINAGE STRUCTURES REHABILITATION
ADAP Project No. 6-23-0005-09, Contract No. 2 and
AIP Project No. 3-23-0005-01, Contract No. 2
BANGOR INTERNATIONAL AIRPORT
During the performance of this AGREEMENT, Hoyle, Tanner 6
Associates, Inc. for itself, its assignees and successors in
interest (hereinafter referred to as the "CONSULTANT") agrees as
follows:
1. Com liance with Regulations. The CONSULTANT shall comply
with the Regulations relative to nondiscrimination in
Federally -assisted programs of the Department of Transportation
(hereinafter "DOT") Title 49 Code of Federal Regulations, Part 21, as
they may be amended from time to time (hereinafter referred to as
the Regulations), which are herein incorporated by reference and
made a part of this AGREEMENT.
2. Nondiscrimination.- The CONSULTANT, with regard to the work
perfonse by it using t e AGREEMENT, shall not discriminate on the
grounds of race, color, or national origin in the selection and
-
retention of subcontractors, including procurements of materials
and leases Of equipment. The CONSULTANT shall not participate
either directly or indirectly in the discrimination prohibited by
section 21.5 0£ the Regulations, including employment practices
when the contract covers a program set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts: Includina Procurements of
Materials and Equ pment. In all so citations either y
competitive bidding or negotiation made by the CONSULTANT for work
to be performed under a subcontract, including procurements of
- materials or leases ofequipment each potential subcontractor or
supplier shall be notified by the CONSULTANT of the CONSULTANT's
obligations under this AGREEMENT and the Regulations relative to
nondiscrimination on the grounds of race, color, or national
origin.
4. Information andReports. The CONSULTANT shall provide all
information and reports regulred by the Regulations, or directives
issued pursuant thereto, and shall permit access to its books,
records, accounts, other sources of information, and its facilities
as may be determined by the OWNER or the Federal Aviation
Administration to be pertinent to ascertain compliance with such
Regulations orders, and instruction. Where any information
Page 1 of 3
4. Information and Reports., cant
required of a CONSULTANT is in the exclusive possession of another
who fails or refuses to furnish this information, the CONSULTANT
shall so certify to the OWNER or the Federal Aviation
Administration as appropriate, and shall set forth what efforts it
has made to obtain the information.
5. Sanctions for Noncoffliance. In the event of the
CONSULTANT's noncompliance wrth the nondiscrimination provisions of.
this AGREEMENT, the OWNER shall impose such contract sanctions as
it or the Federal Aviation Administration may determine to be
appropriate, including, but not limitedto:
a. Withholding of payments to the CONSULTANT under the
AGREEMENT until the CONSULTANT complies, and/or
b. Cancellation; termination, or suspension of the -
AGREEMENT in whole or in part.
6. Minority Business Enterprise Assurances.
a. .Policy. It is the policy of the Department of
-
Transportationthat minority business enterprises as
defined in 49 CFR Part shall have the maximum
opportunity to participate in the performance of.
contracts financed in whole or in part with federal
- - funds under this AGREEMENT. Consequently, the MBE
requirements of 49 CFR Part 23 apply to this
AGREEMENT.
b. NBE Obligation. The CONSULTANT agrees to an sure that
minority business enterprises as defined in49 CFR
-Part 23 have the maximum opportunity to participate
in the performance of contracts and subcontracts
financed in whole or in part with federal funds
"provided under this AGREEMENT. In this regard, all
_ owners or consultants shall take all necessary and
reasonable steps in accordance with 49 CFR Part 23 tc
ensure that minority business enterprises have the
maximum opportunity to compete for and perform
contracts. The CONSULTANT shall not discriminate on
the basis of race, color, national origin, or sex in
the award and presentation of DOT assisted agree-
ments.
Page 2 of 3
7. Incorporation of Provisions. The CONSULTANT shall include
the provisions o Paragraphs 1 through 6 in every subcontract,
including procurements of materials an leases of equipment, unless
exempt by the Regulations or directives issued pursuant thereto.
The CONSULTANT shall take such action with respect to any
subcontract or procurement as the OWNER or the Federal Aviation
Administration may direct as a means of enforcing such provisions
including sanctions for noncompliance; provided however, that in
the event a CONSULTANT becomes involved in, or is threatened with,
litigation with a subcontractor or supplier as a result of such
direction, the CONSULTANT may request the OWNER to enter into such
litigation to protect the interests of the OWNER, and in addition,,
the CONSULTANT may request the United States to enter into such
litigation to protect the interest of the United States.
Page 3 of 3
AGR@ID51' Fqi PADFES$ICML PNGIL�2IIvG SEKJZCES
' AIIt CAPRIaSt FAMP DRAII@LE SPAU(.1'IBtt5 EIIP+DILpfATIq�
-- ADTY Project M. 6-23-0005-09,
C9ntiact M. 2 and
AIP Project M. 3-23-0005-02,
BAHC/JR INIEIINTIQAL
�att M. 2
NpPoIS
ARZ2ITF. Z. SCOPE OE SERVICES - SNNy AN.SB
Principal 4 hrs. @ $26.25
= $ 105
Chief Engineer 8 hre. @ $19.50
= 156
Project Exiineer 32 hra. @ $14.50
= 464
Senior Structural Mg@neer 32 hrs. @ $24.50
= 784
Structural Engineer 40 hrs. @ $16.00
= 640
Chief Drafter 2 hra. @ $13.50
= 27
Dmfter 16 hrs. @ $10.00
- 160
Wuxd Processor C�ratrr 12 t S. @ $ 7.50
= 90
Direct Iabor-
_ $ 21426
Payroll Overhead 138.68 x I r7
936
Cereral 6 a�un. Werhead (118.98 x Iab9r(
_
5 6,247
Profit - 158
= 937
$ 7,184
Miscellaneous Direct Non -Salary Eg]e11ee8:
Travel $1,000.
Printi�q, etc. - Soo
-
$500
Tf1fAL
_ $ 8,684
$ 8,700
Principal
16
hrs.
@ $26.25
=
$ 420
Chief EngS M
32
hm.
@ $19.50
=
- 624
pmjem L ginner
48
hrs.
@ $14.50
=
696
Senior Stmctnral Ltyfneer
48
hrs.
@ $24.50
=
1,176
Stm al Etyineer
80
hm.
@ $16.00
Printing
1,280
Chief Drafter
12
hm.
@ $13.50
=
162
Draft¢
40
hm.
@ $10.50
=
420
Ward Prac ssor Cperator
24
M1xs.
@ $ 7.50
=
180
Direct
labor
$ 4,958
Payroll Orr d (38.68 x Lehor)
=
1,914
General a AdRu:. Overhead. (118.9% x Iatorl = 51895
$ 12,767
Profit - 15%- - = 1,915
$ 14,682
t4isrnllsne Direct Nmla
© ms: -
Travel: Air£am - 2 r
trips x 2 men x $228
$ 912
Im®1 Travel
100
xorels: 2 ven x 2 days
x $65
260
eteala: 2 men x 2 days
x $40/day
160
Printing
300
MSSC., Postage, CanYNlli_
cation, etc.
150
$1,882 -
$ 1,882
TOTAL =
$ 16,564
USE _
$ 16,600
FIGME 1 - BR4MRY O FEES
- 3 -
a. sup. isim
A
B
C 0
E
b, stgineering
3152
157.5%
158
9,333
c. Diafti+
DII4'CT
Cveshmd
OII�R PB'�F'TT
SUHPRAL
1TBM
d. Typ>
IAroR
(e of A)
CCS15 (% of At )
(A+B CW)
-
1. SRVDY PHASE
SOBIIIRAL
14,682
.
9J6ttfiN.
(lE -+n)
a.
Si isi=
-261
411
— 101
773
b.
EugimerLy
1888
2974
-- 729
5,591
C.
Dsaf+:.,g
187
295
— 72
554
d.
04ping
90
142
— 35
267
50630fAL
$ 3,382
6.
$OETWAL
7,185
- 3 -
a. sup. isim
1044
1644
— 403
3,091
b, stgineering
3152
4964
— 1217
9,333
c. Diafti+
582
917
-- 225
1,724
d. Typ>
180
284
— 70
534
-
SOBIIIRAL
14,682
3.
9J6ttfiN.
(lE -+n)
-
$21,867
5.
TRAVEL, SUe5I5TE}'E 6 F]]TD
E%PFNSES
a. Study Pbase
1,500
b. R Iimin Design
-
1,882
50630fAL
$ 3,382
6.
10EAL FEE (4 + 5)
$25,249
EDNTP}
$25,300
- 3 -