HomeMy WebLinkAbout58-90 RESOLUTIONRESOLUTION NO. 58-90
A RESOLUTION APPROV:NG THE TASK ORDERS 1 AND
Jt2 WITH MCCLELLAND CONSULTING ENGINEERS FOR
THEIR BASIC ENGINEERING AGREEMENT FOR AIRPORT
PROJECTS.
WHEREAS, Task Order #1 deals with Federal Grant #3-05-0020-13
to purchase property and avigation easements in tne Airport Clear
Zones with a cost increase of $34,800.00 and,
WHEREAS, Task Order #2 deals with the lighting and removing
nbstructions, runway 34 safety area improvements, emergency
generator, access road lighting, and security fencing with a cost
increase of $178,350.00.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Board of Directors do and hereby
approve Task Orders 41 and #2 for McClelland Consulting Engineers
for their basic engineering agreement for airport projects. A
copy of the task orders authorized for execution hereby is
attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 17th day of April
ATTEST:
By:
APPROVED:
By
Xvida:
Mayor
TASK ORCER NO. I
LAND ACQUISITICN AND AVIGATION EASEMEICS
FOR RUNWAY CLEAR ZONES
DRAKE FILO, FAYETTEVILLE, ARKANSAS
This Task Order is hereby made a part cf the Basic Agreement executed
September 21, 1989, between McClelland Consulting Engineers, Inc.
(ENGINEER) and the City of Fayetteville (OWNER) in accordance with tne
Provisions of that Agreement.
ARTICLE 1
The Owner has been notified by the Federal Aviation Administration (FAA)
tnat avigation easements or ownership oc property within a 1000 foot wide
clear zone at each end of the runway is required for the removal or
lighting of obstructions within these clear zones.
The Owner wisnes to cbtain clear zone easements for a 1000 fcot by 1513
foot by 1700 coot 34:1 clear zone for Runway 16 (North erd) and acquire a
small tract of land within the 1000 foot by 1100 foot by 1000 foot 20:1
clear zone for Runway 34 (South end) under FAA Grant No. AIP-3-05-0020-13.
The Engineer will provide the following services necessary to complete the
property surveys, plats of survey or easement, Appraisals and Review of
Appraisals as required to satisfy the FAA Appraisal requirements contained
in "Land Acquisition and Relocation Assistance for Airport Development
Projects" (5100.37).
1. Preparation of Pre-Applicatior and Grant Application for
Federal Funding.
2. Perform cield surveys to determine the property locations
for one property acquisition tract and 17 avigation easement
acquisition tracts. Preparing plat of survey for property
or easement acquisition and a prosile of easemert tracts
indicating the height limitations. Field staking the
property or easement locations.
3. Perform Appraisals, by appraisal consultant, for one (1)
property acquisition tract and seventeen (17) avigation
easement tracts.
Perform Review Appraisals, by review appraisa' corsultant,
for one (1) property acquisition tract and seventeen (17)
avigation easement tracts.
• JP
4. Perfcrm Project Management duties includirc Teetings with
Surveyors, Appraisers, Airport and City Staff and FAA as
required; provide letters to property owners; transmittal of
appraisals to the Airport Staff and the FAA; act as liaison
between Airport and City Staff, and Appraisers; and overall
project management and related activities.
ARTICLE 2
The compensatior for services to be provided in Article
according to the following schedule:
Preparatior of Grant Applications
Survey of Tracts with plats
Appraisals
Review Appraisals
Project Managemert
Additional
scope may
appraisals
relocation
additional
other work
$400.00
S11,300.00
$9,900.00
$5,300.00
$7,900.00
I above shall be
work which may be required beyond the above described wcrk
include surveys for additional tracts, appraisals and review
for additional tracts, appraisals and review appraisals for
assistance, assistance with condemnation prccess for any tracts,
project management time required for the additional work, ard
related to this project which may be required.
The conpensatior for additional services shall be in acccrdance with
paragraph 2 of Article 2 of the Basic Agreement with the follcwing hourly
rates added to Exhibit B:
Appraiser
Review Appraiser
575.00/hr
575.00/hr
•
•
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the sane in
triplicate.
Seal FOR THE CITY OF rAYETTEVILLE, ARKANSAS
ATTEST:
Seal
By: %14n 2AZ '
(Name) (Title)
Dated tnis 17ciday of April 1990
y Clerk
FOR McCLELLAAJ y,ONSUINGAIFINEERS, INC.
One.. L/
Dated this
day of
1990
1
lASK ORDER NO. 2
PHASE II OBSTRUCTION REMOVAL/LIGHTING, RaWAY 16
SAFETY AREA IMPROVEMENTS, EMERGENCY GENERATOR
ACCESS ROAD _IGHTING AND SECURITY FENCING
DRAKE FIELD, rAYETTEVILLE, ARKANSAS
This Task Order is hereby nade a part of the Basic Agreement executed
September 21, 1989 between McClelland Consulting Engireers, Inc (ENGINEER)
and the City of Fayetteville (OWNER) in accordance with the provisions cf
that Agreement.
ARTICLE 1
The Owner has received a grant from the Federal Aviation Administratior
(FAA) A:P-3-05-0020-14 for improvements to Drake Field, Fayetteville
Municipal Airport, rayetteville, Arkansas.
The grant 'rom the FAA outlines items of work to be included as follows:
1. Phase II oc the Obstruction Removal/Lignting oobjects
within the approach zone critical slopes.
2. The construction of drainage and runway safety area
inprovements within the extended runway safety area for
Runway 34,
3. Installation of an emergency generator for the runway,
taxiway and wind cone lights.
4. Lighting along Errest Lancaster Drive. (Access Road to east
side complex).
5. Extension of the perimeter fencing to the east and south of
the eastside apron complex.
6. Installation of fencing around the localizer critical area.
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 arc Grant Applicaticrs for
Federal Fundirg.
2. Preliminary Design Report and cost estimates for Phase Il of
the Obstruction Removal/Lighting, rurway safety area
improvements, emergency generator, access road lighting, anc
fencing with approval by the Owner and FAA.
-1-
3. r'reparaticn of Final Design Plans and Specificaticns fat" the
Phase II of the Obstruction Removal/Lighting project, runway
safety area, emergency generator, access road lighting and
fencing, witn approval by the Owner ana FAA.
4. Bidding Phase Assistance to the Owner for advertising,
answering bid questions, receiving of Bids or the various
phases or work, evaThation of bids received, recommending
award of bias, awarding of contracts with approval by FAA.
6. Construction Management during the construction process
including perioaic visits to the site, review of Shop
Drawings and samples, assistance with change orders,
preparation cf monthly ccntractor pay estimates and the
preparation of firal "Record Drawings".
6. Construction Observation on a full time basis fcr
anticipated construction period in accordance with paragrapn
4.14 through 4.14.12 of Article 4 of the Basic Agreement.
ARTICLE 2
Tne CCMDENWION for services to be prcvided in Article
above
shall be according to the following amounts.
1. For Preparing Application: The Owner shall pay the Engineer
for the preparation of Pre -Applications and Grant
Applications for Federal Funding rendered under Article 1
above, a lump SUT amount of $1,200.00.
2. For Desiggn Services: The Owner shall pay the Eng'neer for
the Design Services rendered under Article I above. The
owner shall pay 35% of the fee upcn apprcval of the
preliminary 1-eport, 95% upon completion of the Final Plans
and Specifications and 100% upon approval by the FAA.
a) Project I, Phase II Obstruction Removal/Lighting:
a lump sum fee of $26,550.00
b) Project ::, Runway 34 Safety Area ITprovements arc
fencing around the localizer criticaL area:
a lump sum fee of $46,000.CC
c) Project III, ETergency Generator and Access Road
Lighting, and Security Fercing:
a lump sum fee of $ 8,100.00
3. For Biddinc Phase: The Owner shall pay the Engineer for the
bidding phase services rendered under Article I above upon
the issuance of tne Notice to Proceed by the Owner for:
a, Project I: a lunp sum fee of $1,000.00
Project II: a lump sum tee of $1,200.00
c) Project II:: a lump sun fee of $1,00C.00
4. For Construction Manament Services: The Cwner 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 installnent will Le due upon
submittal of the Record Drawings.
a) Project :: a lump sum fee o' $3,500.00
b) Pro,ect :I: a lump sum fee of $4,503.0C
c) Project III: a lump sum fee of $3,C00.0C
5. For Construction Observation Phase: The Owner snail pay the
Engineer tor the resident construction observation services
rendered under Article above. The foLowing schedule
assumes separate contracts and construction times. t is
anticipated that two or all three projects may be combined
requiring only one resident observer, therefore, the fee
wil be based upon the time worked at the hourly rate not to
exceed an amount given below for the constrJction period
stated ir the Construction Contract or as amended by
separate Task Grder.
a) Project I: A tee equal to the number cf nours
worked at the hourly rate given in the Basic
Agreement not to exceed an anount of $27,450.0C,
based upon a construction oericc of 120 calendar
days.
b) Project II: A fee equal to the number of hours
worked at the hourly rate given in the Basic
Agreement not to exceed an amount of $41,150.00,
based upon a construction period of 180 calendar
days.
c, Project III: A fee equal tc tne number of hours
worked at the hourly rate given in the Basic
Agreement not to exceed an amount of $13,700.00,
based upon a corstruction period of 60 calendar
days.
Additional worK requested by the Owner teyond the work scope stated above
in Article 1 shall be performed only after authorized in writing by the
Cwner. Pared for additional work shall be accordirg to the hourly rate
scnedule in the Basic Agreement and actual reimbursable experses or in
accordance with a fixed amount agreed upon by the Owner.
The following hourly rates are added to Exhibit B.
Electrical Ergineer $55/hr
Electrical Designer $45/hr
ARTICLE 5
IN WITNESS WHEREOF, tne parties hereto each herewith subscribe the same in
triplicate.
Seal FOR THE C:TY OF FAYETTEVILLE, ARKANSAS
ATTEST:
Seal
ATTES
LA ;2
lerk
By: ae-A A2f4,.2_;_s
Dated this :7th day of April 1990
McCLELLAND CONSULT:NG EN NEERS, INC.
/0
u -
By:
Dated this _Laoday of *II 1990
FECER.AL AVIATTCN ADMINiSTRATION
Enzineerinz Contract Cost Estimate
AIR2CRT Drake Field
CITY Fayetteville, AR Project No. AIP 3-05-3020-14
Name of Organizationsubmitting estimate McClelland Consulting Engineers, Inc.
Phase Il Obstruction Lightang/ Removai; Runway 34 saIety area; And
PROJECT DESCRiPTiON Emergency Generator Access Road Liehting and Security Fencing.
Indicate major items of work a: top of column such as: PavingiRurnmay-Taxiway-Apron;
Electrical:Runway-Taxiway-Ramp; Beacon, VAST; Fence; Airport Layout Plan (if new);
Zoning Map (if required); Resident inspection (if applicable)
DIRECT SALARY COST
Engineers
Designers
D-ac-cmen
Surveyors
Supervision
Others:(Specify)
rlpriral
Construction Cbserver
Subtotal
Phase II 1 Runway 34 Safety
Obstruction
Removalaiehting Area Improvements
MAN MAN I
HOURS COST HOURS.
175 3.850 400 I
'Emergency Generator
'Lighting & Fencing
MAN I
COST dOURS: COST
8.800 65 1 1,430
60 900
1
1
240 3.000 1 400
5,000 36 i 450
80
1.360 80 1 1,360
8 .s6
80 1,200 1 150 1 2,250
An
sEn 100 1 700
GO 1 280
720 1 10,224 1,080 1 15,336
360
5 1 2
S 21.094 IS 33,446
Is 7,408
PAYROLL ADDITIVE
(Vacation, sick leave, retire-
ment, FTCA, etc.)
DiRECT NON -PAYROLL CCSTS
Materials & supplies
Reproduction
Data processing
Travel expenses
Equip-- rental
Outside engr. consultants
Cthers: (Specify)
Subtotal - All Direct Costs
PERCENT
42
R.860
14.050
3,112
30
90
30
96
19'
5 120
30.080
S 15,640
:NDIRECT COSTS
(Administration, rent,
utilities, telephone, etc. S
Subtotal -Direct & Indirect
PROFESSIONAL FEE (Profit)
TOTAL MOUNCIMSFEE
Prepared by
22.150
35.120
7,780
52.230
5.270
82,900
9,950
Is 23,450
S 2,350
IS 58,500
IS 92,850
S 25,800
(Signature)
5
Date:
March 6, 199C