Loading...
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