HomeMy WebLinkAbout85-91 RESOLUTIONMICROFILMED
RESOLUTION NO. Rs -01
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH MCCLELLAND
CONSULTING ENGINEERS FOR RUNWAY/TAXIWAY
LIGHTING RENOVATION AND APPROVAL OF A BUDGET
ADJUSTMENT.
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 for runway/taxiway lighting renovation not to
exceed $52,820.16. A copy of the contract authorized for execution
hereby is attached hereto marked Exhibit "A" and made a part
hereof.
Section 2
adjustment in
Balance, Acct.
Project, Acct
adjustment for
The Board of Directors hereby approves a budget
the amount of $16,167.00 from the Airport Fund
No. 555-000-1-800.99 into the Lighting Renovation
No 555-393-7-82*.**. A copy of the budget
approval is attached hereto and made a part hereof.
PASSED AND APPROVED this 7th day of May', 1991.
APPROVED:
By:
•
ATTEST:
6
F
By
St
I(a��4���y�Jy (/
jl ': Amor . 5'r.ts
/ . Ly
i a
tF/OOF
r�i� i ta
o
s
STREET
31
I
fa
Ir-
A11 � K
I0
co0
c
4C gene ur
1 {//4Gotr,oa)
0 Sire
.a- 9 1
41
•
lei
•
ni
1
•
N
•
JOYCE ST.
�l
iI
is! lOa
• •l
:721
•1
f1fi LLERN RD. •":1
•
:•
a
61RDIE DR.
e C 1 l/\ TMIAR DR.
0- •
Cw 1 - ELAINE AVENUE
Q. a
n
IW
- W
e e- M
�N. c SHARON ST.
L 0. D
o EwNawY Fun °J z
W
a
RD. IN01 -- / ta
x
97. .� ERROL ST
ERROL ST.
FURMAN.
9L }
DRIVE 1
WARWICK
DR.
1
eo
2
•
0
O
W
!9 w
IANC R
MT]
VIW NES
S7
0
4
0
az
0
0
•
•
•
vLLE, u enSEncJvr VIS aArieil%
Zecitr/4v MsIP
14 7. 2' (f. m. )
N 89°17'28"E
1zi
W
2
W K
H p
O W V
In QG J▪ \
I 0
0�5b
> V
✓
=1 P
5 �
1
N1_
Z 25'
3' x 4' A.C.
a
NOTE:
UTILITY
146.8' (p.)
to
Oi
EXISTING
50'
WATER LINE 0
° EASEME
S 89°17' 28" W 145.01
(f.m.) denotes field measurement.
(p.) denotes original plat.
': 30•
SURVEY DESCRIPTION
Lot Three (3), Block Two (2), Paradise View
Estates, a Subdivision to the City of Fayetteville,
Arkansas, as per plat of said Subdivision on file in
the office of the Circuit Clerk and Ex -Officio
Recorder of Washington County, Arkansas. LESS AND
EXCEPT the North 5 feet of said Lot 3.
Buyers. James A. Standridge and Ruth G. Standridge
Sellers: Jerry Pullen and Lisa Pullen
Hemingway & Associates
70 N. College Ave., Suite 15
Fayetteville, Arkansas 72701
Phone: (501) 442-4962
NAME
CERTIFICATION
I hereby certify this day that I
have completed a survey as
described and shown hereon and
found conditions to be as
re, sented
DOUGL:s G.
AR. P.L.S.
HEMINGWAY
NO. 852
LEGEND
• FOUND IRON PIN
O —SET IRON PIN
❑ —STONE MARKER
-LX---EXISTING FENCE
LINDecv o—A_ccrtl..-.r=�
CIT':
FAR
STATE A RKI1<4 Pg41t CED EHEASar•
SCALE I,. _ V ehnO ✓
•
ZD'
&
qVi\^
q` 9
o� SS9 °/7'ea
302
f‘ys
SURVEY DESCRIPTION
PARTIAL WATERLINE EASEMENT RELINQUISHMENT
REQUEST
25
q/ 5
Co 5
so_.( ei
Zoi
SB9a,7'58 ";Y
i
6'7.00
A part of Lot 3, Block 2, Paradise View Estates, a
Subdivision to the City of Fayetteville, Arkansas, as
per plat of said Subdivision on file in the office of
the Circuit Clerk and Ex -Officio Recorder of Washington
County, Arkansas described as beginning at a point
which is S89 17128"W 67 feet and N33°39'17"E 30.29 feet
from the SE Corner of said Lot 3; thence N33°32'17"E 28.63
feet; thence N25°26'19"E 19.83 feet; thence SO 42'32"E
41.44 feet; thence S89°17.128"W 24.90 feet to the point
of beginning, containing 0.011 acres, more or less.
Hemingway & Associates
70 N. College Ave., Suite 15
Fayetteville, Arkansrs 72701
Phone: (501) 442-4962
CERTIFICATION
I hereby certify this day that 1
have completed a survey as
described and shown hereon and
found conditions to be as
re esented. "
DOUGLAS G. HEMINGWAY
AR. P.L.S. NO. 852
J.EGEND
ri FOUND IRON PIN
O SET IRON PIN
O STONE MARKER
•X•X•—EXISTING FENCE
NAME _ -
Li , /
tilt Fa/hoPO SEd G 9fatE� Vika-new)
arzot)
STATE
Ar} /,gf g Lstnc LSOUPT/oN
SCALE
11
AGREEMENT TO FURNISH AIRPORT ENGINEERING
SERVICES TO CITY OF FAYETTEVILLE, ARKANSAS
DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
.+ BASIC AGREEMENT
This Agreement made this 7th day of May , 1991,
between the firm of 4McCLELLAND CONSULTING ENGINEERS, INC.,
hereinafter referred to as the ENGINEER, and the City of
Fayetteville, Arkansas, hereinafter referred to as the OWNER,
wherein theENGINEER 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 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 runway and taxiway lighting
renovation work. These improvements will be undertaken in one
phase and are expected to be completed in a period of less than one
year.
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. Alternatively, the fee for "additional" work may be
negotiated as a lump sum under a separate Task Order.
ARTICLE 3
r•
J
•
•
IL
•
•
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 Overheadlis 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. 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
•
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,. forthe 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. IfAthe 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 tothe total compensation specified in the executed
task orderssas 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 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
3
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.
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
Specifications 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 the 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 Specification.
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.
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 "Record
Drawings".
4.14.10 Review payment request 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.
(E) 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.
P
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.
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. •
1
4.21 The ENGINEER hereby assures that he has and will comply with
the Title VI and DBE requirements set forth in Appendix 1,
hereinafter.
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.
6
•
4.23 Exhibit A, CERTIFICATION OF ENGINEER, is attached to, and made
a part of, this Basic Agreement, per requirement of the FAA.
4.24 That, the ENGINEER will provide the Federal Aviation
Administration with eight (8) copies of the updated Airport
Layout Plan at the conclusion of each AIP project.
4.25 That, the ENGINEER will perform the duties of the "consultant"
set forth in the CONSTRUCTION MATERIALS QUALITY CONTROL
PROGRAM, attached hereafter as Exhibit C.
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the
same in triplicate.
FOR CITY OF FAYETTEEVILLE, ARKANSAS W
(Name) (f
Mayor
(Title)
By:
FOR McCLE
/rr CO236)TL
/y
ame)
Vice President
(Title).
•
f I
•
•
7
ENGINEERS, INC.
46
•
•
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 street address is 1810 North College Avenue,
Fayetteville, Arkansas, and that neither I nor the above firm
hereby represented•has: 1 1e
4
a..`',employed,or retainedtfor a commission, percentage,
brokerage, contingent fee, oi other consideration,
any firm or personc(other than a bona fide employee
working: solely for; me or,,the'above"consultant) to
solicitor secure this'• contract.. '
b. agreed,iias an express lor, implied. condition for
obtaining"thisiicontract,to employ'or retain the
service of. any firin 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 is to be furnished to the
Federal Aviation Administration of the United States Department of
Transportation, in connection with this contract involving
participation of Airport Improvement Program (AIP) funds and is
subject to applicable state and federal la ,. both criminal and
civil. /0/q1
(Date) (Signature)
EXHIBIT B TO BASIC AGREEMENT
BETWEEN OWNER AND ENGINEER
FOR PROFESSIONAL SERVICES,
DATED
HOURLY RATE SCHEDULE
Principal Engineer
Project Manager/Senior Engineer
Civil Engineer
Electrical Engineer
Mechanical Engineer
Engineering Technician
$78.00
65.00
48.00
60.00
50.00
30.00
Senior Construction Observer 42.00
Junior Construction Observer 33.00
Chief Draftsman
Senior Draftsman
Junior Draftsman
45.00
35.00
22.00
Survey Crew (2 -Man) 55.00
Soils Lab Supervisor 38.00
Soils Lab Technician 25.00
Clerical Support
Mileage
•
r.
• sI
•
•
22.00
a
.25/mile
•
•
•
EXHIBIT C TO BASIC AGREEMENT
BETWEEN OWNER AND ENGINEER FOR
PROFESSIONAL SERVICES,
DATED
CONSTRUCTION MATERIALS OUALITY CONTROL PROGRAM
A. The Consultant shall prepare a "Construction Materials Quality
Control Plan" to be submitted to the Federal Aviation
Administration (FAA) for approval at the time of final plans
and specification submittal. At a minimum, the plan shall
list all materials to be tested during construction, the
appropriate time for testing, the ASTM test designation, name
by which the test is commonly referred, the frequency of
testing required, the method of sampling, and the acceptance
criteria or tolerances permitted for each type of test. The
plan will be reviewed by the FAA project manager and must be
approved along with the final plans and specifications for
construction.
B. The Consultant shall prepare a "Construction Materials Quality
Control Summary" to be submitted monthly to the FAA. At a
minimum, the summary shall include a list of all tests
performed showing the date, location, pass or fail, results of
retests, and whether or not the test is eligible or ineligible
under the A.I.P. program. The Summary will include a
certification that all testing was, completed in accordance
with the "Construction Materials Quality Control Plan".
C. The Consultant shall prepare a summary of materials not
passing and the penalty called for by the specifications.
This summary shall be submitted to the FAA monthly and will
indicate when and to what extent penalties are imposed. The
penalties assessed will be itemized in the following pay
request to the FAA.
•
•
•
APPENDIX 1 - CONTRACTOR CONTRACTUAL REQUIREMENTS
TITLE VI ASSURANCES
During the performance of this contract, the contractor, for
itself, its assignees and successors in interest (hereinafter
referred to as the "contractor") agrees as follows:
1. Compliance with Regulations. The contractor 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 contract.
2. Nondiscrimination. The contractor, with regard to
the work performed by it during the contract, shall
be 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 contractor shall not
participate either directly or indirectly in the
discrimination prohibited by section 21.5 of the
Regulations, including employment practices when
the contract covers a program set forth in Appendix
B of the Regulations.
3. Solicitations for Subcontracts, Including
Procurements of Materials and Equipment. In all
solicitations either by competitive bidding or
negotiation made by the contractor for work to be
performed under a subcontract, including
procurements of materials or leases of equipment,
each potential subcontractor or supplier shall be
notified by the contractor of the contractor's
obligations under this contract and the Regulations
relative to nondiscrimination on the grounds of
race, color, or national origin.
4. Information and Reports. The contractor shall
provide all information and reports required 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 sponsor of
the Federal Aviation Administration (FAA) to be
pertinent to ! ascertain compliance with such
Regulations, orders, and instructions. Where any
s
•
information required of a contractor is in the
exclusive possession of another who fails or
refuses to furnish this information, the contractor
shall so certify to the sponsor or the FAA, as
appropriate, and shall set forth what efforts it
has made to .obtain the information.
5. Sanctions for Noncompliance. In the event of the
contractor's noncompliance with the
nondiscrimination provisions of this contract, the
sponsor shall impose such contract sanctions as it
or the FAA may determine to be appropriate,
including, but not limited to -
(a) withholding of payments to the contractor
under the contract until the contractor
complies, and/or
(b) cancellation, termination, or suspension of
the contract, in whole or in part.
6. Incorporation of Provisions. The contractor shall
include the provisions of paragraphs 1 through 5 in
every subcontract, including procurements of
materials and leases of equipment, unless exempt by
the Regulations or directives issued pursuant
thereto. The contractor shall take such action
with respect to any subcontract or procurement as
the sponsor or the FAA may direct as a means of
enforcing such provisions including sanctions for
noncompliance. Provided, however, that in the
event a contractor becomes involved in, or is
threatened with, litigation with a subcontractor or
supplier as a result of such direction, the
contractor may request the sponsor to enter into
such litigation to protect the interests of the
sponsor and, in addition, the contractor may
request the United States to enter into such
litigation to protect the interest of the United
States.
DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCES
1. Policy. It is the policy of the Department of
Transportation (DOT) that disadvantaged business
enterprises as defined in 49 CFR Part 23 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 DBE requirements of 49 CFR Part
23 apply to this agreement. •
1
2. DHE Obligation. The contractor agrees to ensure
that disadvantaged business enterprises as defined
in 49 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 contractors shall take all
necessary and reasonable steps in accordance with
49 CFR .Part 23 to ensure that disadvantaged
business enterprises have the maximum opportunity
to compete for and perform contracts. Contractors
shall not discriminate on the basis of race, color,
national origin, or sex in the award and
performance of DOT -assisted contracts.
E XH = B I T " D"
CONSULTANT CERTIFICATION FOR PROJECT PLANS AND SPECIFICATIONS
McClelland Consulting Engineers AIP #3-05-0020-**
Consultant's Name Project Number (if available)
Taxiway and Runway Lighting Renovation Project
Project Description
Section 509 (d) of the Airport and Airway Improvement Act of 1982,
as amended (herein called the Act), authorized the Secretary to
require certification from sponsors that they will comply with
statutory and administrative requirements. In turn, the City of
Fayetteville requires the same assurance from any Consultant
providing services for the Airport. The following list of
certified items includes major requirements for this aspect of
project implementation. However, the list is not comprehensive,
nor does it relieve the Consultant from fully complying with all
applicable statutory and administrative standards. Every certified
item must be marked. Each certified item with a "no" response must
be fully explained in an attachment to this certification. If the
item is not applicable to this project, mark the item "N/A."
General AIP standards are described in advisory circulars 150/5100-
6, 150/5100-15, and 150/5100-16. A list of current advisory
circulars with specific standards for design or construction of
airports and procurement or installation of airport equipment and
facilities is referenced in Grant Assurance 34, which is available
to the Consultant through the Airport Manager's Office.
1. The plans and specifications will be developed in accordance
with all applicable Federal standards and requirements, and no
deviation from or modification to standards set forth in the
advisory circulars will be necessary other than those previously
approved by FAA.I
Yes X/ No N/A
2. Specifications for the procurement of equipment will not be
proprietary or written so as to restrict competition. At least two
manufacturers can_meet all specifications for equipment required
for the. project.
Yes X No N/A.
3. The development to be included in the plans is depicted on an
airport layout plan and has been or will be approved by the FAA.
Yes 'I No N/A
4. Development which is ineligible for AIP funding will be omitted
from the plans and specifications.
Yes if No N/A
5. Process control and acceptance tests required for the project
by standards contained in Advisory Circular 150/5370-10 will be
included in the project specifications.
Yes X No N/A
6. If a value engineering clause is incorporated into the
contract, concurrence will be obtained from FAA.
Yes .r No N/A
7. The plans and specifications will incorporate applicable
requirements and recommendations set forth in the Federally -
approved environmental finding if an environmental assessment is
required.
Yes No N/A
8. For construct on activities within or near aircraft operational
areas, the requirements contained in Advisory Circular 150/5370-2
will be discussed with FAA and incorporated into the
specifications. A safety/phasing plan will be prepared, and FAA
concurrence will be obtained, if required.
Yes X No N/A
9. The project will be physically completed without Federal
participation in costs due to errors or omissions in the plans and
specifications which were foreseeable at the time of project
design.
Yes X No N/A
I certify that, for the project for which I have be contracted and
identified herein, the responses to the foregoing items are correct
as marked, and that the attachments, if any, are correct and
complete.
SIGNED: ! K'6 (/C2tiO DATED:
McClelld C suiting Engineers
EXHIBIT ••E`•
CONSULTANT CERTIFICATION FOR EQUIPMENT/CONSTRUCTION CONTRACTS
McClelland Consulting Engineers AIP #3-05-0020-**
Consultant's Name Project Number (if available)
Taxiway and Runway Lighting Renovation Project
Project Description
Section 509 (d) of the Airport and Airway Improvement Act of 1982, as
amended (herein called the Act), authorized the Secretary to require
certification from sponsors that they will comply with statutory and
administrative requirements. In turn, the City of Fayetteville
requires the same assurance from any Consultant providing services for
the Airport. The following list of certified items includes major
requirements for this aspect of project implementation. However, the
list is not comprehensive, nor does it relieve the Consultant from
fully complying with all applicable statutory and administrative
standards. Every certified item must be marked. Each certified item
with a "no" response must be fully explained in an attachment to this
certification. If the item is not applicable to this project, mark the
item "N/A." Standards for advertising and awarding equipment and
construction contracts within Federal grant programs are described in
49 CFR 18.36. Consultants shall use City of Fayetteville procurement
procedures reflecting State and Local laws and regulations provided
procurements conform to specific standards in 49 CFR 18 and Advisory
Circulars 150/5100-6, 150/5100-15, and 150/5100-16.
1. A code or standard of conduct will be in effect governing the
performance of the Consultant's engineers and employees, or agents in
soliciting and awarding procurement contracts.
Yes X No N/A
2. Qualified personnelwill be engaged to perform engineering
supervision., and construction observation and testing.
Yes )( No N/A
3. The request for bids clearly and accurately will describe all
administrative and other requirements of the equipment and/or services
to be provided.
Yes
No N/A
4. All contracts exceeding
percent, a performance bond
percent.
Yes
$100,000 will require a bid guarantee of 5
of 100 percent, and a payment bond of 100
No N/A
5. Contracts exceeding $100,000 will contain provisions or conditions
specifying administrative, contractual, and legal remedies, including
contract termination, for those instances in which contractors violate
or breach contract terms. They also will contain provisions requiring
compliance with applicable standards and requirements issued under
Section 306 of the Clean Air Act (42 USC 1857 (h)), Section 508 of the
6. Payments to the contractor will be made in compliance with
contract provisions and verified by the City Staff, this will
constitute an audit of contract records kept by the resident
engineer. If appropriate, pay reduction factors required by the
specifications will be applied in computing final payments and a
summary of pay reductions will be available to FAA.
Yes X No N/A.
7. The project will be accomplished without significant
deviations, changes, or modifications from the approved plans and
specifications, except where approval will be obtained from the
FAA, y
Yes X No N/A
8. A final project inspection will be conducted with
representatives of the engineer and the contractor. Project files
will contain documentation of the final inspection.
9. Work in the Grant Agreement will be physically completed and
corrective actions required as a result of the final inspection
will be completed to the satisfaction of the sponsor.
Yes X No N/A
10. The as -built plans and an equipment inventory, if applicable,
will be submitted to FAA by the Consultant. If requested, a
revised airport layout plan will be made available to FAA.
Yes /I No N/A
11. Applicable close-out financial reports, weekly progress
reports and certified payrolls shall be submitted to the sponsor by
the Consultant. The sponsor will review and submit all
reimbursement requests prepared by the Consultant.
I certify that, for the project for which I have be contracted and
identified herein, the responses to the foregoing items are correct
as marked, and that the attachments, if any, are correct and
complete �1 J
SIGNED- 4 V GL P/L DATED: %/v 7j
McClelldCnsulting Engineers
E XH T B= T " F
CONSULTANT CERTIFICATION FOR CONSTRUCTION & PROJECT
FINAL ACCEPTANCE
McClelland Consulting Engineers AIP #3-05-0020-**
Consultant's Name Project Number (if available)
Taxiway and Runway Lighting Renovation Project
Project Description
Section 509 (d) of the Airport and Airway Improvement Act of 1982,
as amended (herein called the Act), authorized the Secretary to
require certification from sponsors that they will comply with
statutory and administrative requirements. In turn, the City of
Fayetteville requires the same assurance from any Consultant
providing services for the Airport. The following list of
certified items includes major requirements for this aspect of
project implementation. However, the list is not comprehensive,
nor does it relieve the Consultant from fully complying with all
applicable statutory and administrative standards. Every certified
item must be marked. Each certified item with a "no" response must
be fully explained in an attachment to this certification. If the
item is not applicable to this project, mark the item "N/A."
General requirements for final acceptance and closeout of Federally
funded construction projects are in 49 CFR 18.50. The Consultant
shall determine that project costs are accurate and proper in
accordance with specific requirements of the contract documents.
1. The personnel engaged in project administration, engineering
supervision, and construction observer and testing will be
determined to be qualified and competent to perform the work.
Yes X No N/A
2. Daily construction records will be kept
engineer/construction inspector. These records
progress, quality and quantity of materials
locations and results, instructions provided
weather, equipment use, labor requirements, saf
changes required.
by the resident
document work in
delivered, test
the contractor,
ety problems, and
Yes Al No N/A
3. Complaints regarding the mandated Federal provisions set forth
in the contract documents will be submitted to FAA.
Yes /� No N/A
4. All tests specified in the plans and specifications will be
performed and the test results documented. A summary of test
results will be available to FAA.
•Yes X No N/A
5. For any test results outside allowable tolerances, appropriate
corrective actions will be taken.
Yes 7 No N/A
Clean Water Act (33 USC 1368), Executive Order 11738, and environmental
protection regulations (40 CFR Part 15).
Yes X No N/A
6. All construction contracts involving labor will contain provisions
insuring that in the employment of labor honorably discharged Vietnam
era veterans and disabled veterans will be given preference.
Yes X No N/A
7. All construction contracts exceeding $2,000 will contain provisions
requiring compliance with the Davis -Bacon Act and bid solicitations
will contain a copy of the current Federal wage rate determination.
Provisions requiring compliance with Sections 103 and 107 of the
Contract Work Hours and Safety Standards Act (40 USC 327-330) and the
Copeland "Anti -Kick Back" Act will be included.
Yes. 1 No N/A
8. All construction contracts exceeding $10,000 will contain
appropriate clauses from 41 CFR Part 60 for compliance with Equal
Employment Opportunity Executive Order 11246.
Yes X No N/A
9. All contracts and subcontracts will contain clauses required from
Title VI Civil Rights Assurances and 49 CFR 23 for Disadvantaged
Business Enterprises.
Yes Xr No N/A
10. Appropriate checks will be made to assure that contracts or
subcontracts are not awarded to those individuals or firms suspended,
debarred, or voluntarily excluded from doing business with the DOT
element and appearing on the DOT Unified List.
Yes X No
I certify that, for the project
identified herein, the responses
marked, an % the att chments
SIGNED:(,�(
N/A
for which I have be contracted and
to the foregoing items are correct as
if any, are correct and complete.
DATED: 4/.Z,9)
McClellan Conkulting Engineers
_
TASK ORDER NO. 1
Runway and Taxiway Lighting Improvements
Drake Field
Fayetteville Municipal Airport
Fayetteville, Arkansas
This Task
Order is hereby
made a part
of the Basic Agreement
executed
May 7. 1991
, between McClelland Consulting
Engineers,
Inc., (ENGINEER)
and City of
Fayetteville, Arkansas
(OWNER)
in
accordance with the
provisions
of that Agreement.
ARTICLE 1
The Owner has made a preliminary funding application to the Federal
Aviation Administration (FAA) for emergency renovations to the
Runway and Taxiway Lighting Systems at Drake Field, Fayetteville,
Arkansas.
The funding application submitted to the FAA outlines items of work
to be included as follows:
1. Evaluation of existing runway andtaxiway lighting
system components; including wiring, transformers,
fixtures, regulators, electrical panel boards and
service requirements.
2. Renovation of runway and taxiway light system
according to a three (3) phase program, according
to equipment evaluation.
Phase I: Runway Lighting System.
Phase II: West parallel and North 1,000 feet of
East parallel Taxiway Lighting System.
Phase III: Remaining Eastside Taxiway Lighting
System.
- 1 -
•
The Engineer will provide the design and construction observation
services necessary to complete the following tasks under this Task
Order.
1. Preparation v of Pre -Application and Grant
Application for Federal Funding.
2. Perform an evaluation of the existing runway and
taxiway lighting equipment.
3. Preliminary Design Report and cost estimates for
the renovations to the runway and taxiway lighting
systems with approval by the Owner and FAA.
4. Preparation of Final Design Plans and
Specifications and certification for Plans and
Specifications for the renovation to the runway and
taxiway lighting systems with approval by the Owner
and FAA.
5. 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.
6. Construction Management during the construction
process including attending pre -construction
conference, periodic visits to the site at least
once per month, review of Shop Drawings and
samples, assistance with change orders, preparation
of monthly contractor pay estimates and the
preparation of final "Record Drawings".
7. Construction Observation on a full time basis for
the anticipated construction period in accordance
with paragraph 4.14 of Article 4 of the Basic
Agreement.
- 2 -
[[, 4 4 , .
E'
I
a.
The Engineer shall endeavor to complete the project in accordance
with the following schedule following the receipt of the Notice to
Proceed issued by the City:
o
Preliminary Design and Engineering Report
3
weeks
o
*FAA Review
1
week
o
Detailed Design
6
weeks
o
*FAA Review
1
week
o
Bidding Phase
3-4
weeks
o
*Awarding of Grant, Award of Contract,
through Notice to Proceed
4
weeks
o
Construction
12
weeks
*The Engineer has no control over these phases.
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 Evaluation of Existing Liqhting Equipment: The
Owner shall pay the Engineer for the Evaluation
Services rendered under Article 1 above.
a lump sum amount of $ 2,800.00
3. 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 authorization to bid
by the FAA for each phase below:
Phase I: a lump sum amount of $ 5,550.00
Phase II: a lump sum amount of $ 8,285.00
Phase III (if required):
a lump sum amount of $ 2,450.00
- 3 -
4. For Biddina 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 lump sum fee of $ 850.00
5. 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 lump sum fee of $ 4,300.00
6. 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
actual hours worked at a maximum hourly rate of
$42.00. The fee for the Construction Observation
Service shall not exceed an amount of $27,206 for
the daily observation time stated heretofore and
for a periodic observation by the Project Engineer
for a maximum construction period of 90 'calendar
days, except as amended by separate -Task Order.
The construction time will be stated in the
Construction Contract.
t ' 1
{
Should the Contractor exceed the time given above,
the Owner.shall pay the Engineer an additional fee
equal to the number of days or hours worked at the
rates, stated above for the period of time required
to complete construction beyond the 90 calendar day
limit. This fee shall be obtained from the
liquidated damages amount stated in the
Construction Contract which shall be withheld from
the contractor by the Owner.
- 4 -
..
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.
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the
same in triplicate.
FOR CITY OF. FAYET ARKANSAS
O
Dated this day of 1991
ATTEST:
City Clerk V
je
FOR McCLEL ,CONSULTI GINEERS, INC.
BY' ItiLt%W�
Dated this J day of 1991
ATT qIN/v/
r€ff/
- 5 -
i
ENGINEERING MANPOWER AND COST ESTIMATE
MCCLELLAND CONSULTING ENGINEERS INC,
RUNWAY & TAX IWAY LIG-ITING IMPROVEMENTS
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-?
APRIL 9, 1991
TASK
LEVEL OF PERSONNEL MANHOURS COST
PROJECT FUNDING APPLICATION $400.00
MAJOR TASK COST
$400.00
EVALUATION OF EXISTING LIGHTING EQUIP.
PROJECT MANAGER
8
$176.00
ELECTRICAL ENGINEER
18
$396.00
CIVIL ENGINEER
8
$132.00
ENGINEERING TECHNICAN
8
$100.00
CLERICAL
4
$32.00
SUBTOTAL
$836.00
EVALUATION
OF EQUIP.
$836.00
PROJECT MANAGEMENT
PROJECT DIRECTOR
6
$186.00
PROJECT MANAGER
48
$1,056.00
• PROJECT ENGINEER
8
$132.00
CLERICAL
12
$96.00
SUBTOTAL
$1,470.00
PROJECT MANAGEMENT
$1,470.00
PRELIMINARY DESIGN
REVIEW OF EXISTING PLANS
PROJECT MANAGER
2
$44.00
ELECTRICAL ENGINEER
16
$352.00
CIVIL ENGINEER
2
$33.00
SUBTOTAL
$429.00
PRELIMINARY ENGR. REPORT
PROJECT MANAGER
2
-
$44.00
PROJECT ENGINEER -
2
$33.00
ELECTRICAL ENGINEER
14
$308.00
DRAFTSMAN
6
$75.00
• CLERICAL
4
$32.00
SUBTOTAL
$492.00
PRELIMINARY DESIGN
$921.00
FINAL DESIGN AND PLANS
FIELD VERIFICATION
PROJECT MANAGER
1
$22.00
PROJECT ENGINEER
6
$99.00
SURVEY CREW (2 MAN)'
6
$96.00
SUBTOTAL
$217.00
PREPARE EXTG. LIGHTING LAYOUT PLAN
PROJECT ENGINEER 8 $132.00
DRAFTSMAN 32 $400.00.
SUBTOTAL $532.00 .
6
r,.
ENGINEERING MANPOWER AND COST ESTIMATE
MCCLELLAND CONSULTING ENGINEERS INC,
RUNWAY & TAXIWAY LIGHTING IMPROVEMENTS
DRAKE FIELD
FAYETTEVILLE hUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-?
APRIL 9, 1991
TASK
LEVEL OF PERSONNEL MANHOURS COST/HOUR
DEVELOP NEW LIGHTING LAYOUT PLAN
PROJECT MANAGER 4
PROJECT ELEC. ENGR.. 26
PROJECT CIVIL ENGR. 8
DRAFTSMAN 32
SUBTOTAL
COST MAJOR TASK COST
$88.00
$572.00
$132.00
$400.00
$1,192.00
ELECTRICAL ROOM MODIFICATIONS
PROJECT ELEC. ENGR.
32
$704.00
DRAFTSMAN
8
$100.00
SUBTOTAL
$804.00
CONTRACT DOCUMENTS AND SPEC.
PROJECT MANAGER
4
$88.00
PROJECT ENGINEER
16
$264.00
ELECTRICLAL ENGINEER
8
$176.00
CLERICAL
12
$96.00.
SUBTOTAL
$624.00
FINAL DESIGN $3,369.00
BIDDING PHASE
TOTAL DESIGN $5,760.01
PROJECT MANAGER
2
$44.00
PROJECT ENGINEER
16
$264.00
ELECTRICAL ENGINEER
2
$44.00
CLERICAL
8
$64.00
SUBTOTAL
$416.00
CONSTRUCTION PHASE
CONSTRUCTION MANAGEMENT
PROJECT MANAGER
PROJECT ENGINEER
ELECTRICAL ENGINEER
CONSTRUCTION OBSERVER
DRAFTSMAN
CLERICAL
CONSTRUCTION OBSERVATION
PROJECT ENGINEER.
ELECTRICAL ENGINEER
CONSTRUCTION OBSERVER
8 $176.00
40 $660.00
8 $176.00
2 $2800
6 $75.00
24 $192.00
SUBTOTAL $1,307.00
BIDDING & CONST.,MGT. $1,723.00
16 $264.00._
24 I$528.00:
600 $8,400.00
SUBTOTAL $9,192.00':.
CONST. OBSERVATION $9192.00
i;;
7"
-•
r
r
y
$ w
.
ENGINEERING MANPOWER AND COST ESTIMATE
MCCLELLAND CONSULTING ENGINEERS INC,
RUNWAY & TAXIWAY LIGHTING IMPROVEMENTS
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-?
APRIL 9, 1991
SUMMARY OF COSTS
EVALUATION
DESIGN
BIDDING &
OONST.
TOTAL
OF EQUIP.
COSTT. MGT.
OBSERVATION
DIRECT LABOR
$836.00
$5,760.00
$1,723.00
$9,192.00
$17,511.00
PAYROLL EXPENSE (35%)
$292.60
$2,016.00
$603.05
$3,217.20
$6,128.85
DIRECT NON -PAYROLL COSTS
MATERIALS AND SUPPLIES
$120.00
$120.00
REPRODUCTION
$280.00
$280.00
DATA PROCESSING
$0.00
TRAVEL EXPENSES
$100.00
$100.00
$300.00
$500.00
EQUIPMENT RENTAL
$0.00
OUTSIDE ENGR. CONSULTANT
$0.00
ELECTRICIAN
$200.00
$200.00
SUBTOTAL DIRECT COSTS
$1,428.60
$8,176.00
$2,426.05
$12,709.20
$24,739.85
INDIRECT COSTS (126%)
$1,053.36
$7,257.60
$2,170.98
$11,581.92
$22,063.86
SUBTOTAL DIRECT & INDIRECT
$2,481.96
$15,433.60
$4,597.03
$24,291.12
$46,803.71
PROFIT
$297.84
$1,852.03
$551.64
$2,914.93
$5,616.45
TOTALS
$2,779.80
$17,285.63
$5,148.67
$27,206.05
$52,420.16
APPLICATION FEE -
$400.00
TOTAL FEE
$52,820.16
PREPARED BY:
DATE: 1 / /
-.-
STTY:OF•- FAYETTEVZ ,LE, ARKANSAS
.. ., . _ IN^YEAR` BUDGET �ADJUSTMRNT
-ADJUSTMENT' if
BUDGET%YEAR DEPT:{:Airport
1991 DIV
PROG: Capital -393,
DATE REQUESTED
4-19-91
PROJECT OR ITEM REQUESTED: Funds for taxiway/
runway lighting renovation project. This will
incorporate replacement of the existing lighting systems.
JUSTIFICATION OF THIS INCREASE The taxiway
lighting system is beginning to experience frequent.
outages- due to age and excessive ground moisture. The
airport is required to have operational systems by
FAR Part 139.
" PROJECT OR ITEM DELETED: N/A Fund Balance
JUSTIFICATION OF THIS DECREASE Matching funds are
necessary for this project. Due to the recent problems
with the system FAA has verbally committed to provide
discretionary funds for this project. This means
revising the CIP program forward for this project by two
year.
INCREASE
ACCOUNT TITLE
Lighting renovation project
Grant # 3-05-0020-**
ACCOUNT NUMBER
555-393-7-82*.**
AMOUNT
$16,167 Local share
*$323,333. Total project
DECREASE
'ACCOUNT TITLE
Airport Fund Balance
ACCOUNT NUMBER
555-000-1-800.99
AMOUNT
$16;167 Local share
*$323,333 Total project
DATE BUDGET OFFICE USE ONLY
DATE OF APPROVAL
MGETCOORD:INATOR:
:
Z3fqJ By Date
Entered
DEPARTMENT DIRECTOR: Posted
Ap$IN. SERVICES DIR:
Type: A B C D E
CITY MANAGER: Total program adjustments to date: