HomeMy WebLinkAbout86-89 RESOLUTION4
RESOLUTION N0. 86-89
111 :ler
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH McCLELLAND
CONSULTING ENGINEERS, INC. FOR ENGINEERING
SERVICES FOR AIRPORT ENGINEERING SERVICES
THROUGH THE YEAR END 1991.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract with McClelland
Consulting Engineers, Inc. for airport engineering services
through the year end 1991. A copy of the contract authorized for
execution hereby is attached hereto marked Exhibit "A" and made a
part hereof.
PASSED AND APPROVED this 19th day of September
ATTEST
By:
Clerk
7:.:.'.;rte.
'' {•
,
e, _ .yR✓r iS' y
te.
1
�ihJy1��1•Itiqi
•' 4
±°
, 1989.
APPROVED
i
/
j�/may
BY: Cl4.az.f.111/l/ / /,(�14
Mayor
•
AGREEMENT TO
SERVICES TO THE
DRAKE FIELD, FAYETTEVILLE
1 2.32
MICROFILMED
FURNISH AIRPORT ENGINEERING
CITY(OF FAYETTEVILLE, ARKANSAS
MUNICIPAL AIRPORT, FAYETTEVILLE, ARKANSAS
BASIC AGREEMENT
This Agreement made this CY/ day of /¢aft, between
the firm of McCLELLAND CONSULTING ENGINEERS, INC , ereinaffer referred to
as the ENGINEER, and the CITY OF FAYETTEVILLE, ARKANSAS, hereinafter
referred to as the OWNER, wherein the ENGINEER agrees to provide certain
engineering services as defined in Article 1 and for the consideration
defined in Article 2 herein.
ARTICLE 1
The OWNER, having requested proposals from consulting engineering firms for
providing airport engineering services, has selected the ENGINEER to
provide said services to the OWNER. These services, when requested by the
OWNER, will be described in specific Task Orders which will become a part
of this Agreement upon execution. The ENGINEER agrees to perform the
services described in the Task Orders after execution by both parties to
the Agreement.
The services provided by the ENGINEER are anticipated to include but not
necessarily be limited to studies, investigations, reports, funding
applications, design services, preparation of construction drawings and
specifications, bidding services, and engineering services during
construction related to extension of runway safety areas, obstruction
lighting/removal, general aviation ramp and helipads, rescue and fire
fighting equipment, security fence,"access road lighting, emergency power
generation, surface condition monitoring1system, land acquisition and
avigation easements.•
ARTICLE 2
The compensation for services to be provided will be specified in each Task
Order at the time it is made a part of this Basic Agreement. Compensation
will be determined by mutual agreement between the OWNER and the ENGINEER
and subject to the approval of the funding agency.
When "additional" work is required of the ENGINEER, the OWNER shall have
the option of directing the ENGINEER to perform the work in accordance with
the Hourly Rate Schedule attached hereto as Exhibit B. Said Hourly Rate
Schedule is subject to upward adjustment on each subsequent July 1st in
accordance with the annual percentage increase in the Consumer Price Index
as adapted to the project location.
ij
ARTICLE 3
2.33
Payment to the ENGINEER for services provided as described in Article 1 is
to be made within 30 days after the date of billing. The amount due will
be for services rendered during the previous month, unless prescribed
differently in the applicable Task Order.
ARTICLE 4
It is further mutually agreed by the parties hereto:
4.1 That, the OWNER will designate a representative to direct and
coordinate the ENGINEER'.s efforts who will be the only source of
instructions to the ENGINEER and who shall have the authority to
interpret the OWNER's policy as necessary to maintain the ENGINEER's
work schedule, administer the Agreement, and certify the ENGINEER's
payment request.
4.2 That, the OWNER shall make available to the ENGINEER all technical
data in the OWNER's possession, including maps, surveys, borings, and
other information required by the ENGINEER and relating to his work.
4.3 That, the estimates of cost for the Projects provided for herein are
to be prepared by the ENGINEER through exercise of his experience and
judgement in applying presently available cost data, but it is
recognized that the ENGINEER has no control over cost of labor and
materials conditions, so he cannot warrant that the project
construction costs will not vary from his cost estimates.
4.4 That, the ENGINEER's Salary Overheads are defined as a percentage of
wages or salaries of employees working and premiums measured by or
applicable at the time of performance to such wages or salaries, such
as, but not limited to, Worker's Compensation Insurance, Social
Security, State and Federal unemployment insurance, medical -hospital
insurance, salary continuation insurance, pension plan costs, and pro
rata allowances for vacation, sick pay, and holiday pay. Direct
Salary plus Salary Overhead is defined as Payroll Cost.
4.5 That, the ENGINEER's direct expenses are defined as the costs incurred
on or directly for the Project, other than the Salary and General
Overhead Costs (as defined hereinbefore). Such direct expenses shall
be computed on the basis of actual purchase price for items obtained
from commercial sources and on the basis of usual commercial charges
for items provided by the ENGINEER. Direct expenses shall include,
but not be limited to, necessary transportation costs, including
mileage at the ENGINEER's current rate per mile when the ENGINEER's
own automobiles are used, meals and lodging, laboratory tests and
analyses, and reproduction charges.
-2-
41.
2.34
4.6 That, in soils investigation work and in determining subsurface
conditions for the Project, the characteristics may vary greatly
between successive test points and sample intervals. The ENGINEER
will perform this work in accordance with generally accepted soils
engineering practices and makes no other warranties, expressed or
implied, as to the professional advice provided under the terms of
this Agreement.
4.7 That, the ENGINEER shall maintain a level of competency presently
maintained by other practicing professional engineers in the same type
of work in the southeastern United States, for the professional and
technical soundness and accuracy of all designs, drawings,
specifications, and other work and materials furnished under this
Agreement.
4.8 Either party may terminate this Agreement any time by a notice in
writing to the other party. If the Agreement is terminated as
provided herein, the ENGINEER will be paid for services actually
performed; the amount of said payment shall bear the same ratio to the
total compensation specified in the executed task orders as the
services actually performed bear to the total services of the ENGINEER
covered by the executed task orders, less payments of compensation
previously made.
4.9 The OWNER may, from time to time, request changes in the scope of the
services of the ENGINEER to be performed hereunder. Such changes,
including any increase or decrease in the amount of the ENGINEER's
compensation, which are mutually agreed upon by and between the OWNER
and the ENGINEER, shall be incorporated in written amendments to this
Agreement and subject to the approval of the funding agency.
4.10 That, the OWNER, shall pay for all costs of publishing advertisements
for bids and for obtaining permits and licenses that may be required
by local, State, or Federal authorities and shall secure the necessary
land, easements and rights-of-way as described by the ENGINEER.
4.11 That, all claims, counter -claims, disputes and other matters in
question between the OWNER and the ENGINEER arising out of or relating
to this Agreement or in the breach thereof will be decided by
arbitration only if both parties hereto specifically agree to the use
of arbitration in regard to the individual matter in dispute.
4.12 That, in the event of any legal or other controversy requiring the
services of the ENGINEER in providing expert testimony in connection
with the Project, except suits or claims by third parties against the
OWNER arising out of errors or omissions of the ENGINEER, the OWNER
shall pay the ENGINEER for services rendered in regard to such legal
or other controversy, on a basis to be negotiated.
-3-
•
2.35
4.13 That, visits to the construction site and observations made by the
ENGINEER as. part of his services shall not relieve the construction
contractor(s) of his obligation to conduct comprehensive inspections
of the work sufficient to 'ensure conformance with the intent of the
Contract Documents, and shall not relieve the construction
.: contractor(s) of his full responsibility for all construction means,
methods, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the work under the
construction `contract(s) and for all safety precautions incidental
thereto.
4.14 That, the ENGINEER shall provide an onsite resident observer and will
make reasonable efforts to guard the OWNER against defects and
deficiencies in the work of the contractor(s) and to help determine if
the construction contract has been fulfilled. The resident observer's
day-to-day observation will not, however, cause the ENGINEER to be
responsible for those duties and responsibilities which belong to the
construction contractor(s) and which include, but are not limited to,
full responsibility for the techniques and sequences of construction
and the safety precautions incidental thereto, and for performing the
construction work in accordance with the Contract Documents. The
resident observer shall have the authority to reject both
unsatisfactory workmanship and materials. His primary duties are as
follows:
4.14.1 Check construction activities to ensure compliance with
the Plans and Specifications. Inform the Contractor of
any work that is in noncompliance.
4.14.2 Ensure that all testing required by the Specification
is performed.
4.14.3 Visit the testing laboratory to determine if it has the
equipment and qualified personnel necessary to conduct
the tests required by the Specifications.
4.14.4 Ensure that tests are performed at the frequency stated
in the specifications. Determine when and where tests
will be taken and witness tests.
4.14.5 Review test reports and certifications for conformance
with the Specifications.
4.14.6 Maintain a file of test reports and certifications.
4.14.7 Inform the Contractor of deficiencies in order that
corrections can be made and retesting performed prior
to covering any substandard work with additional
material.
2.36 1
4.14.8 Document quantities of materials used on the project by
actual measurements and computations in a field
notebook or computer printouts retained in a folder.
4.14.9 Maintain a set of working drawings, on the job site,
which can be used to prepare "as -built" drawings.
4.14.10 Review payment requests from the Contractor.
4.14.11 Maintain a diary which should contain daily entries
made and signed by the resident observer. Each entry
should include the following, plus any additional
pertinent data:
(A) Date and weather conditions.
(B) Names of important visitors.
(C) Construction work in progress and location.
(D) Size of Contractor's work force and equipment
in use.
(F) The substance of important conversations with
the Contractor concerning conduct, progress,
changes, test results, interpretations of
Specifications or other details.
4.14.12 Submittal of FAA Form 5370-1, Construction Progress and
Inspection Report, or equivalent form to the
appropriate FAA field office. The frequency or
submittal shall be established at the preconstruction
conference.
4.15 That, the ENGINEER has the right to subcontract services;
however, the OWNER has the :right to reject Subcontractors
who perform work on the project in excess of $10,000.
4.16 All documents including drawings, specifications, estimates, field
notes and other data pertaining to the work or to the project shall
become the property of the OWNER. The OWNER shall not be restricted
in the subsequent use of the design, design documents or ideas
incorporated in the work. However, the ENGINEER shall bear no
responsibility for such reuse of the design unless specifically agreed
to in writing.
4.17 That, this Agreement is to be binding on the heirs, successors, and
assigns of the parties hereto and is not to be assigned by either
party without first obtaining the written consent of the other.
•
r
l 2.37
4.18 It is further .agreed that the OWNER, the Federal Aviation
Administration, the Comptroller General of the United States, or any
of their duly authorized representatives, shall have access to any
books, documents, papers and records of the ENGINEER which are
directly pertinent to the work hereunder, for the purpose of making
audit, examination, excerpts and/or transcriptions. Records under
this Section shall be maintained and made available during performance
on FAA grant work under this Agreement and until three years from date
of final FAA grant payment for the project. In addition, those
records which relate to any "dispute" appeal under an FAA grant
agreement, or litigation, or the settlement of claims
arising out of such performance, or costs or items to which
an audit exception has been taken, shall be maintained and
made available until three years after the date of
resolution of such appeal, litigation, claim or exception.
4.19 In accordance with Executive Order 11246, entitled "Equal Employment
Opportunity", as amended by Executive Order 11375, and as supplemented
in Department of Labor Regulations, the ENGINEER agrees that he will
not discriminate against any employee or applicant for employment
because of race, religion, age, color, sex, or national origin.
4.20 In executing this contract the ENGINEER acknowledges that he has
visited the site of the work, that he is familiar with the conditions
and characteristics of the site, and that he fully understands the
nature, extent and character of the project and the time limitations
placed thereupon. He further states that he has discussed the
proposed work with the representative of the OWNER.
4.21 The ENGINEER hereby states that he has and will comply with the
requirements specified in Title IV of the Civil Rights Act of 1964 and
in CFR Part 7, and Minority Business Enterprise Assurances as
explained in Paragraph 17 and Appendix 2 of AC 150/5100-4A,
"Architectural, Engineering, and Planning Consultant Services for
Airport Grant Projects".
4.22 The ENGINEER hereby states that he has performed planning and design
engineering on previous airport projects, as well as other projects of
a similar nature, that through his laboratory facilities, he has
previously performed pertinent work on other airport projects, as well
as other projects of a similar nature, and that he has the staff and
capabilities to perform the work described herein, in a professional
and timely manner.
4.23 Exhibit A, CERTIFICATION OF ENGINEER, is attached to, and made a part
of, this Basic Agreement, per requirement of the FAA.
-6-
me -4
•
12.36
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same in
triplicate.
s
ATTEST
FOR THE CITY OF FAYETTE�VILLE, ARKANSAS
BY: (c �y���-
(Name (ptle
NGINEERS, INC.
IM.W.--A
-7-
i
kTittie)
•
•
4
1 2.39 1
EXHIBIT A TO BASIC AGREEMENT
BETWEEN OWNER AND ENGINEER FOR
PROFESSIONAL SERVICES, DATED
CERTIFICATION OF ENGINEER
I. hereby `certify that I am a Vice President and duly authorized
representative of the firm of McClelland Consulting Engineers, Inc., whose
address is 1810 North College Avenue, Fayetteville, Arkansas, and that
neither I nor the above firm hereby represented has:
a. employed
brokerage,
or person
for me or
contract,
or retained for a commission, percentage,
contingent fee, or other consideration, any firm
(other than a bona fide employee working solely
the above •consultant) to solicit or secure this
b. agreed, as an express or implied condition for obtaining
this contract, to employ or retain the service of any firm
or person in connection with carrying out the contract, or
c. paid or agreed to pay any firm, organization or person
(other than a bona fide employee working solely for me or
the above consultant) any fee, contribution, donation, or
consideration of any kind for, or in connection with,
procuring or carrying out the contract.
I acknowledge that this certificate
Aviation Administration of the United
in connection with this contract
Improvement Program (AIP) funds and
federal laws, both criminal and civil.
Daae) I
is to be furnished to the Federal
States Department of Transportation,
involving participation of Airport
is subject to applicable state and
•
•
EXHIBIT B TO BASIC AGREEMENT
BETWEEN OWNER AND ENGINEER FOR
PROFESSIONAL SERVICES, DATED
HOURLY RATE SCHEDULE
July 1989 - June 1990
Project Director
Project Manager
Project Engineer
Draftsman
Clerk -typist
Survey Crew (2 -man)
Construction Observer
Materials Lab Supervisor
Materials Lab Technician
$61.80/hr
56.65/hr
41.20/hr
30.90/hr
22.70/hr
46.35/hr
38.10/hr
33.00/hr
18.55/hr
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL. CORRESPONDENCE
T0: Scott C. Linebaugh, City Manager V'
FROM: Dale Frederick, Airport Manager(J4
DATE: September 17, 1991 1
SUBJECT: AMENDMENT TO TASK ORDER #2 AND APPROVAL OF TASK ORDER #4
Attached for your review and approval are the above referenced
engineering task orders with McClelland Consulting Engineers.
AMENDMENT FOR TASK ORDER #2
AIP #3-05-0020-14
This amendment deletes from Task Order #2 article #2, paragraph 5
item b in the amount of $41,150 for south end safety area
construction observation and further lowers Article 2 paragraph 4
item b from $4,500 to $3,000 for construction management related to
the south end safety area improvements which were deleted from the
work scope.
This amendment lowers the City's obligation under Task Order #2 by
$42,650 to reflect the reduced scope of work related to deleting
the south end safety area improvements.
TASK ORDER #4
AIP #3-05-0020-14
This task order provides for additional engineering and
construction observation for the fencing portion of AIP #14 that
was added at the recommendation of the FAA. Although the original
Task Order contained some fencing, the scope of this work has been
increased to fence a longer area and add security outriggers to
existing chain link areas.
This Task Order is for a total of $7,990 and will be forwarded to
FAA for review and approval after execution by the City.
Please execute all four originals and send three back to the
Airport to be forwarded to the engineer and FAA.
Attachments: 4 original Task Order #2 Amendment Documents
4 original Task Order #4 Documents
AMENDMENT TO TASK ORDER NO. 2
EMERGENCY. GENERATOR, ACCESS ROAD
LIGHTING AND SECURITY FENCING
DRAKE FIELD
FAYETTEVILLE, ARKANSAS
This amendment is hereby made a part of Task Order No. 2 dated
26th of April. 1991 which is a part of the Basic Agreement executed
September 21, 1989, between McClelland Consulting Engineers, Inc.,
(ENGINEER) and the City of Fayetteville, (OWNER) in accordance with
the provision of the Agreement.
ARTICLE 1
The OWNER has received a grant from the Federal Aviation
Administration (FAA) AIP 3-05-0020-14 for improvements to Drake
Field, Fayetteville Municipal Airport, Fayetteville, Arkansas.
Task Order No. 2 is hereby modified as follows:
1. Delete Paragraph 5b under Article 2, thereby
decreasing the fee under Task Order No. 2 by
$41,150.00.
2. Revise the fee for Construction Management Services
under Article 2, Paragraph 4b, for Project II to a
lump sum fee of $3,000 to reflect the reduced scope
of work by the City's decision not to award the
Runway 34 Safety Area Contract.
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the
same in triplicate.
SEAL
a ;t
ATTEST;
i 1
SEAL'
n • `�i,
..,
CityGElerk?
FOR THE CITY OF FAYETTEVILLE, ARKANSAS
By:
a .gid
trvvrr.�
(Title)
thilV I54/1- day of 000 444 1991
FOR MCCLLL.AN ONSULTING ENGINEERS, INC.
By: 0 C.
Dated this I3 day of
wit
TASK ORDER NO. 4
SECURITY & ISOLATION FENCE IMPROVEMENTS
DRAKE FIELD, FAYETTEVILLE, ARKANSAS
This Task Order is hereby made a part of the Basic Agreement
executed September 21, 1989 between McClelland Consulting
Engineers, Inc., (ENGINEER) and the City of Fayetteville (OWNER) in
accordance with the provisions of that Agreement.
ARTICLE 1
The Owner has received a grant from the Federal Aviation
Administration (FAA) AIP-3-05-0020-14 for improvements to Drake
Field, Fayetteville Municipal Airport, Fayetteville, Arkansas.
The grant from the FAA outlines items of work to be included as
follows:
1. Installation of 6 foot chain link security fence to
replace 4 foot barbed wire security fence.
The addition of barbed wire outriggers to existing
5 foot chain link security fence.
3. Change isolation fencing for Localizer Critical
Area from 5 foot barbed wire to 7 foot -10 strand
barbed wire fence.
The Engineer will provide the design and construction observation
services necessary to complete the following tasks under this Task
Order.
1. Preparation of Pre -Applications and Grant
Applications for Federal Funding.
2. Preliminary Design Report and cost estimates for 6
foot security fence, 5 foot security fence and
isolation fence modifications with approval by the
Owner and FAA.
3. Preparation of Final Design Plans and
Specifications for 6 foot security fence, 5 foot
security fence and isolation fence modifications
with approval by the Owner and FAA.
4. Bidding Phase Assistance to the Owner for
advertising, answering bid questions, receiving of
Bids on the various phases of work, evaluation of
bids received, recommending award of bids, awarding
of contracts with approval by FAA.
- 1 -
•
•
of contracts with approval by FAA.
5. Construction Management during the construction
process including periodic visits to the site,
review of Shop Drawings and samples, assistance
with change orders, preparation of monthly
contractor pay estimates and the preparation of
final "Record Drawings".
6. Construction Observation on a full time basis for
the anticipated construction period in accordance
with paragraph 4.14 through 4.14.12 of Article 4 of
the Basic Agreement.
ARTICLE 2
The COMPENSATION for services to be provided in Article 1 above
shall be according to the following amounts.
1. For Preparing Application: The Owner shall pay the
Engineer for the preparation of Pre -Application and
grant Application for Federal Funding rendered
under Article 1 above, a lump sum amount of
$400.00.
2. For Design Services: The Owner shall pay the
Engineer for the Design Services rendered under
Article 1 above. The Owner shall pay 35% of the
fee upon submittal of the Preliminary Design Report
to FAA, 95% upon completion of the Final Plans and
Specifications and 100% upon approval by the FAA.
a) A lump sum fee of
$3,000.00
3. For Bidding Phase: The Owner shall pay the
Engineer for the bidding phase services rendered
under Article 1 above upon the issuance of the
Notice to Proceed by the Owner for:
a) A lump sum fee of $ 500.00
4. For Construction Management Services: The Owner
shall pay the Engineer for the construction
management services rendered under Article 1 above
in monthly installments based upon the percentage
of construction complete in accordance with the
monthly estimates prepared for the construction
contractor. The final installment will be due upon
submittal of the "Record Drawings".
a) A lump sum fee of
- 2
$ 750.00
5. For Construction Observation Phase: The Owner
shall pay the Engineer for the resident
construction observation services rendered under
Article 1 above. The fee will be based upon the
time worked at the hourly rate not to exceed an
amount given below for the construction period
stated below and in the Construction Contract or as
amended by separate Task Order, should the project
time exceed that given below.
a) A fee equal to the number of hours worked at
the hourly rate given in the Basic Agreement
not to exceed an amount of $3,340 based upon a
construction period of 30 calendar days.
Additional work requested by the Owner beyond the work scope stated
above in Article 1 shall be performed only after authorized in
writing by the Owner.. Payment for additional work shall be
according to the hourly rate schedule. in the Basic Agreement and
actual reimbursable expenses or in accordance with a fixed amount
agreed upon by the Owner.
1
3
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the
same in triplicate.
SEAL
`yt,-,z.
`•
. -_V
AS..+;.
L ATTES
n•-.... ,,.
J• t^,� hhi
FOR THE CITY OF FAYETTEVILLE, ARKANSAS
By:
Date this
rte'. City„ 6�lerkv
SEAL
day of GE01441i 1991
FOR MCCLELLAND C SUL�TiING I INC.
By: .'w V'+Jin
Dated this '✓ A (1day of i 0 •`0x
c 1991
AP*
TASK
PROJECT
PROJECT
ENGINEERING MANPOWER AND COST ESTIMATE
MCCLELLAND CONSULTING ENGINEERS INC.
SECURITY FENCE EXTENSION AND 7 -FT ISOLATION FENCE
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-14
AUGUST 27, 1991
LEVEL OF PERSONNEL
FUNDING APPLICATION
MANAGEMENT
PROJECT DIRECTOR
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
PRELIMINARY DESIGN
PRELIMINARY ENGR. REPORT
PROJECT MANAGER
PROJECT ENGINEER
DRAFTSMAN
CLERICAL
FINAL DESIGN --AND PLANS
MANHOURS
COST MAJOR TASK COST
$400.00
1 $31.00
4 $88.00
2 $33.00
3 $24.00
SUBTOTAL $176.00
PROJECT MANAGEMENT
1 $22.00
8 $132.00
12 $150.00
4 $32.00
SUBTOTAL $336.00
PRELIMINARY DESIGN
PREPARATION OF FINAL FENCING PLANS
PROJECT MANAGER 2
PROJECT CIVIL ENGR. 8
DRAFTSMAN 16
CONTRACT DOCUMENTS AND SPEC.
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
BIDDING PHASE
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
1
5
4
1
7
4
SUBTOTAL
SUBTOTAL
SUBTOTAL
Page 1
$44.00
$132.00
$200.00
$376.00
$400.00
$176.00
$336.00
$22.00
$82.50
$32.00
$136.50
FINAL DESIGN $512.50
TOTAL DESIGN
$22.00
$115.50
$32.00
$169.50
BIDDING
$169.50
$1,024.50
TASK
•
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
SECURITY FENCE EXTENSION AND 7 -FT ISOLATION FENCE
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-14
AUGUST 27, 1991
LEVEL OF PERSONNEL
CONSTRUCTION PHASE
CONSTRUCTION MANAGEMENT
PROJECT ENGINEER
CONSTRUCTION OBSERVER
DRAFTSMAN
CLERICAL
CONSTRUCTION OBSERVATION
PROJECT ENGINEER
CONSTRUCTION OBSERVER
DIRECT LABOR
PAYROLL EXPENSE (35%)
DIRECT NON -PAYROLL COSTS
MATERIALS AND SUPPLIES
REPRODUCTION.
DATA PROCESSING
TRAVEL EXPENSES
EQUIPMENT RENTAL
SUBTOTAL DIRECT COSTS
INDIRECT COSTS (126%)
SUBTOTAL DIRECT & INDIRECT
PROFIT
TOTALS
APPLICATION FEE
TOTAL FEE
PREPARED BY:
MANHOURS COST/HOUR COST
8 $132.
2 $28.
4 $50.
6 $48.
$258.
CONST. MGT.
1 $16.50
80 $1,120.00
SUBTOTAL $1,136.50
CONST. OBSERVATION
SUBTOTAL
00
00
00
00
00
SUMMARY OF COSTS
DESIGN
$1,024.50
$358.58
$5.00
$1,388.08
$1,290.87
$2,678.95
$321.47
$3,000.42
BIDDING CONST. MGT.
$169.50
$59.33
$228.83
$213.57
$442.40
$53.09
$495.48
Page 2
$258.00
$90.30
$348.30
$325.08
$673.38
$80.81
$754.19
DATE:
MAJOR TASK COST
$258.00
$1,136.50
CONST.
OBSERVATION
$1,136.50
$397.78
$15.00
$1,549.28
$1,431.99
$2,981.27
$357.75
$3,339.02
g
TOTAL
$2,588.50
$905.98
$20.00
$0.00
$0.00
$0.00
$0.00
$3,514.48
$3,261.51
$6,775.99
$813.12
$7,589.10
$400.00
$7,989.10