HomeMy WebLinkAbout18-93 RESOLUTION•
•
�t
•
pa
•
RESOLUTION NO. 18-93
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE AN ENGINEERING CONTRACT WITH
MCCLELLAND ENGINEERS AND TASK ORDER NO. 1, IN
AN AMOUNT NOT TO EXCEED $68,700, FOR THE
PROPSED FEDERAL GRANT PROJECT AIP 1117 FOR DRAKE
FIELD TAXIWAY EXTENSION AND BLAST PADS.
•
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby authonzes and directs the Mayor and City
Clerk to execute an engineering contract with McClelland Engineers and Task Order No. 1, in
an amount not to exceed $68,700, for the propsed Federal Grant Project AIP #17 for Drake
Field taxiway extension and blast pads. A copy of the contract and task order authorized for
execution are attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 2nd day of February , 1993.
APPROVED:
By:
ATTEST:o
By: ,T
eyiZAA 4 �a va/3-'/
Sherry 1Q Thomas, City Clerk
tarkfrk--
ed Hanna, Mayor
•
mow
4
• ' • •
AGREEMENT TO FURNISH AIRPORT ENGINEERING
SERVICES TO CITY OF FAYETTEVILLE, ARKANSAS
DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
I
BASIC AGREEMENT
This Agreement made this -1 day of -JCL,, `�� 1993,
between the firm of McCLELLAND CONSULTING ENGINEERS, INC.,
hereinafter 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 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 west side
parallel taxiway; blast pads at each end of the runway; land
acquisition and avigation easements/relocation and removal;
extension of general aviation ramps and new helipads; runway
surface condition monitoring system; additional entry road lane and
recirculation roadway for terminal parking area; obstruction
removal including utilities; installation of a glipeslope for full
ILS for Runway 16; Airport Rescue and Fire Fighting Station with
training facility and training fire pit practice facility; Runway
34 and 16 extended safety area improvements; update the FAR Part
150 Study; and relocation of 6 -inch high pressure gas line. These
improvements will be undertaken in phases and as grants are
received by the City from the FAA thru December 31, 1995.
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
1
••
•
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
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. 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
2
•
•
•
•
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.
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 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.
3
•
4
4
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.
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
•
•
•
1
•
•
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.
5
1
•
•
•
•
•
•
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.
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
6
i
•
•
•
•
4
•
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.
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.
Clerk
City Clerk
ATTEST
FOR CITY OF FAYETTEVILLE, ARKANSAS
By:
(Name')
Mayor
(Title)
FOR McCLELLANp,CONSULT G ENGINEERS, INC.
C. bVt44Ar•
By:
Vice President
(Title)
7
•
•
4
•
•
EXHIBIT A TO BASIC AGREEMENT
BETWEEN OWNER AND ENGINEER
FOR PROFESSIONAL SERVICES,
DATED 4.4.101-44.4" �� /9 g5 .
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:
a. employed or retained for a commission, percentage,
brokerage, contingent fee, or other consideration,
any firm or person (other than a bona fide employee
working solely for me or the above consultant) to
solicit or secure this contract.
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 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 laws, both criminal and
civil.
(D e) (Signature)
8
•
•
•
•
•
•
•
1
•
EXHIBIT B TO BASIC AGREEMENT
BETWEEN OWNER AND ENGINEER
FOR PROFESSIONAL SERVICES,
DATED .7/ /71..b
HOURLY RATE SCHEDULE
Principal Engineer
Project Manager/Senior Engineer
Civil Engineer
Electrical Engineer
Mechanical Engineer
Senior Engineering Technician
Construction Observer
Chief Draftsman/Designer
Senior Draftsman
Junior Draftsman
CADD Station
Survey Crew (2 -Man)
Survey Crew (3 -Man)
Soils Lab Supervisor
Soils Lab Technician
$85.00
70.00
48.00
60.00
50.00
45.00
45.50
50.00
38.00
25.00
20.00
65.00
75.00
45.00
30.00
Clerical Support 25.00
Mileage .275/mile
•
4
•
•
•
•
EXHIBIT C TO BASIC AGREEMENT
BETWEEN OWNER AND ENGINEER FOR
PROFESSIONAL SERVICES,
DATED daa2 / 9 ? 3
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.
•
•
• ,i
•.
4
4
• •
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
not discriminate on the grounds of race, color, or
national origin in the selection and retention of
subcontractors, including procurements of materials
and leases of equipment. The 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
•
•
•
•
•
•
•
0
•
•
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.
•
•
41
1•
•
•
•
•
•
•
•
2. DBE 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.
•
•
ik
•
•
•
•
•
•
•
E X 1-1 Es " D "
•
CONSULTANT CERTIFICATION FOR PROJECT PLANS AND SPECIFICATIONS
McClelland Consulting Engineers AIP 13-05-0020-17
Consultant's Name Project Number (if available)
Parallel Taxiway Extension and Blast Pad Improvement 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.
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 Jr 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 x No N/A
4. Development which is ineligible for AIP funding will be omitted
from the plans and specifications.
Yes
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 No N/A
6. If a value engineering clause is incorporated into the
contract, concurrence will be obtained from FAA.
Yes X 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 construction 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 jr 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
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:
DATED: / /q -9
McClelland Co u1 ing Engineers
•
•
•
•
p
E X H= B=
•
•
•
.
CONSULTANT CERTIFICATION FOR EQUIPMENT/CONSTRUCTION CONTRACTS
McClelland Consulting Engineers AIP 13-05-0020-17
Consultant's Name Project Number (if available)
Parallel Taxiway Extension and Blast Pad Improvement 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 /\ No N/A
2. Qualified personnel will be engaged to perform engineering
supervision, and construction observation and testing.
Yes X 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 X No
4. All contracts exceeding
percent, a performance bond
percent.
N/A
$100,000 will require a bid guarantee of 5
of 100 percent, and a payment bond of 100
Yes X 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
•
J
•
•
•
•
•
•
•
•
•
•
•
•
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. A11 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 X No N/A will contain
8. All construction contracts exceeding $10,000
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 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 A 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 attac ents, if any, are,cor/rect and complete.
risu/
SIGNED: DATED: -74/-7.5
McClelland C lting Engineers
•
•
•
•
•
•
•
•
4
•
•
•
E X H S B= T " r"
•
CONSULTANT CERTIFICATION FOR CONSTRUCTION & PROJECT
FINAL ACCEPTANCE
•
•
McClelland Consulting Engineers AIP #3-05-0020-17
Consultant's Name Project Number (if available)
Parallel Taxiway Extension and Blast Pad Improvement 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 /r No N/A
2. Daily construction records will be kept by the resident
engineer/construction inspector. These records document work in
progress, quality and quantity of materials delivered, test
locations and results, instructions provided the contractor,
weather, equipment use, labor requirements, safety problems, and
changes required.
Yes /1 No N/A
3. Complaints regarding the mandated Federal provisions set forth
in the contract documents will be submitted to FAA.
Yes fI 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 /1 No N/A
5. For any test results outside allowable tolerances, appropriate
corrective actions will be taken.
Yes No N/A
•
•
•
•
•
•
•
•
•
•
•
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 JK 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 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 �1 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.
SIGNED:
12 DATED: /-1g -73
McC1e4land Consulting Engineers
•
1
•
•
•
•
4
•
•
TASK ORDER NO. 1
•
Parallel Taxiway Extension and Blast Pad
Drake Field
Fayetteville Municipal Airport
Fayetteville, Arkansas
•
•
:
This Task Oder is hereby made a part of the Basic Agreement
executed -, 02 /193 , between McClelland Consulting
Engineers, Inc., (JENOINEER) 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) AIP 3-05-0020-17 for Parallel Taxiway
Extension and Blast Pads at Drake Field, Fayetteville, Arkansas.
The funding application submitted to the FAA outlines items of work
to be included as follows:
1. Construction of a 1200 foot extension to the west
parallel taxiway with taxiway lighting and signage.
2. Construction of a Blast Pad at each end of the
runway.
The Engineer will provide the design and construction observation
services necessary to complete the following tasks under this Task
Order.
1. Preliminary Design Report and cost estimates for
the west parallel taxiway extension and blast pads
with approval by the Owner and FAA.
2. Preparation of Final Design Plans and
Specifications and certification for Plans and
Specifications for the west parallal taxiway
extension and blast pads with approval by the Owner
and FAA.
3. 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
1
•
•
.
•
• •
•
4. Construction Administration 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".
5. 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.
The Engineer shall endeavor to complete the project
with the following schedule following the receipt of
Proceed issued by the City:
o Preliminary Design and Engineering Report
o *FAA Review
o Detailed Design
o *FAA Review
o Bidding Phase
o *Awarding of Grant, Award of Contract,
through Notice to Proceed
o Construction
ARTICLE 2
in accordance
the Notice to
3 weeks
up to 1 week
4 weeks
up to 1 week
3 weeks
4 weeks
14 weeks
*The Engineer has no control over these phases.
•
The COMPENSATION for services to be provided in Article 1 above
shall be according to the following amounts.
1. For Design Services: The Owner shall pay the
Engineer for the Design Setvices 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:
Design Phase, a lump sum amount of:
Stormwater Pollution Prevention
Plan (if required),
a lump sum amount of:
$19,950.00
$ 2,000.00
2 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 lump sum fee of $ 1,000.00
- 2 -
•
.
•
4
•
•
•
•
•
•
•
3 For Construction Administration 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 $ 4,050.00
4. For Oualitv Control Materials Testing: The Owner
shall pay the TESTING LABORATORY for the
performance and reporting of the testing services
at the unit prices given on the attached Quality
Control Materials Testing Fee Schedule Exhibit A.
The cost for this work shall not exceed $4,250
unless authorized in writing by the Owner.
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
actual hours worked at a maximum hourly rate of
$43.50. The fee for the Construction Observation
Service during the normal 5 day 8 hour per day work
week shall not exceed an amount of $25,050 for the
daily observation time stated heretofore and for a
periodic observation by the Project Engineer for a
maximum construction period of 100 calendar days,
except as amended by separate Task Order. The
construction time will be stated in the
Construction Contract.
The Owner shall also pay the Engineer for the
actual number of overtime hours worked exceeding
the weekly 40 hour time stated above, for periods
of overtime work by the Contractor. The fee for
overtime observation shall not exceed an amount of
$12,400 for a maximum of 284 hours of overtime
observation during overtime work by the Contractor.
The overtime fee will be based on the actual
overtime hours worked by the Contractor at the
maximum hourly rate stated above. The overtime fee
shall be withheld from the Contractor's monthly
payment request by the Owner. The Owner shall then
pay the Engineer from this amount. The Contract
Documents shall include such language necessary to
define the amount and hourly cost of overtime work
to be included in the bid proposal price.
3
•
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 100 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.
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.
ATTEi/��� l/
C ty Clerk
FOR CITY ;SEVILLE,
ARKANSAS
By: � . Mavor
Dated this day of 2 1993
FOR McCLE 4, CONSUL NG ENGINEERS, INC.
By: C.
Dated this
- 4 -
day of 1993
•
•
•
••
•
•
•
•
•
•
•
EXHIBIT "A"
1
CONSTRUCTION MATERIALS LABORATORY
FEE SCHEDULE
NOVEMBER, 1992
•
•
t
Page 1 of 2
Engineering Technician
Senior Engineering Technician
Consultation, Project Engineer
Project Manager (Senior Engineer)
$ 30.00 per hour
$ 46.00 per hour
$ 55.00 per hour
$ 70.00 per hour
SOILS:
In -Place Compaction Test -Nuclear Gauge
(minimum of 3 per trip)
Liquid Limit, Mastic Limit, Plasticity Index
Sieve Analysis -Washed No. 200
Sieve Analysis -Dry
Soils Classification, Unified or AASHTO
Laboratory Maximum Compaction
Test -ASTM D 698 or AASHTO 99
Laboratory Maximum Compaction
Test -ASTM D 1557 or AASHTO T 180
Potential Volume Change -Swell Pressure
Califomia Bearing Ratio -CBR (including Proctor Curve)
Shrinkage
Mileage
$ 13.50 each
$ 45.00 each
$ 20.00 per sieve
$ 6.50 per sieve
$100.00 each
$ 80 .00 each
$100.00 each
$100.00 each
$250.00 each
$ 50 .00 each
$ 0.275 per mile
CONCRETE:
Concrete Mix Design
Review Concrete Mix Design
Confirm Concrete Mix Design
Unit Weight and Yield Confirmation
Concrete Cylinder Molding
Concrete Slump Test
Concrete Air Entrainment Test
Compressive Strength of Concrete Test Cylinders
Spare Specimens Processed but not Tested
Aggregate Sieve Analysis
Dry Sieve
Wet Sieve
Specific Gravity and Absorption of Aggregate
Dry Rodded Unit Weight of Aggregate
Sodium Sulfate Soundness (5 cycles)
Additional Cycles
Mileage
(One slump test per set of cylinders molded by McCLELLAND is furnished at no additional cost.)
$500.00 each
$175.00 each
$225.00 each
$ 50.00 each
$ 8.50 each
$ 10.00 each
$ 10.00 each
$ 8.50 each
$ 8.50 each
$ 6.50 each
$ 20.00 each
$ 20.00 each
$ 75.00 each
$ 50.00 each
$250.00 each
$ 25.00 each
$ 0.275 per mile
•
•
•
•
aa
•
•
•
•
•
•
Page2of2 t
ASPHALT:
Asphalt Mix Design
Review Asphalt Mix Design
In -Place Compaction Test -Nuclear Gauge
(minimum of 3 per trip)
Marshall Test including Stability, Flow, Laboratory
Density, Percent Air Voids, Percent Voids in Mineral
Aggregate (3 specimens per test)
Extraction including percent Bitumen and
Aggregate Gradation
Laboratory Density of Cored Plugs including Depth
Measurement
Mileage
$500.00 each
$150.00 each
$ 13.50 each
$175.00 each
$125.00 each
$ 15.00 each
$ 0.275 per mile
•
TASK
•
•
411
•
1
EXHIBIT "B"
ENGINEERING MANPOWER AND COST ESTIMATE
MCCLELLAND CONSULTING ENGINEERS INC.
TAXIWAY EXTENSION & BLAST PADS IMPROVEMENTS
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-17
JANUARY 13, 1993
•
•
c
LEVEL OF PERSONNEL MANHOURS COST MAJOR TASK COST
PROJECT MANAGEMENT
PROJECT DIRECTOR
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
PRELIMINARY DESIGN
FIELD SURVEYS
PROJECT ENGINEER
PROJECT SURVEYOR
SURVEY CREW (2 -MAN)
PREPARE PRELIMINARY PLANS
PROJECT MANAGER
PROJECT ENGINEER
DRAFTSMAN
PRELIMINARY ENGR. REPORT
PROJECT MANAGER
PROJECT ENGINEER
DRAFTSMAN
CLERICAL
FINAL DESIGN AND PLANS
TAXIWAY & BLAST PAD PLANS
PROJECT MANAGER
PROJECT ENGINEER
DRAFTSMAN
PREPARE DRAINAGE PLANS
PROJECT MANAGER
PROJECT ENGINEER
DRAFTSMAN
DEVELOP TAXIWAY LIGHTING PLAN
PROJECT MANAGER
PROJECT ENGINEER
DRAFTSMAN
4 $140.00
28 $644.00
10 $190.00
12 $96.00
SUBTOTAL $1,070.00
PROJECT MANAGEMENT
4
28
20
2
16
20
SUBTOTAL
SUBTOTAL
$76.00
$364.00
$320.00
$760.00
$46.00
$304.00
$260.00
$350.00
2 $46.00
16 $304.00
6 $78.00
5 $40.00
SUBTOTAL $468.00
PRELIMINARY DESIGN
8 $184.00
40 $760.00
60 $780.00
SUBTOTAL $1,724.00
4
6
24
4
16
32
SUBTOTAL
SUBTOTAL
Page 1
$92.00
$114.00
$312.00
$426.00
$92.00
$304.00
$416.00
$812.00
$1,070.00
$1,578.00
•
. - t
TASK
•
•
•
•
•
•
EXHIBIT "B"
•
ENGINEERING MANPOWER AND COST ESTIMATE
MCCLELLAND CONSULTING ENGINEERS INC.
TAXIWAY EXTENSION & BLAST PADS IMPROVEMENTS
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-17
JANUARY 13, 1993
LEVEL OF PERSONNEL
MANHOURS COST
1
MAJOR TASK COST
CONTRACT DOCUMENTS AND SPEC.
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
BIDDING PHASE
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
CONSTRUCTION PHASE
CONSTRUCTION ADMINISTRATION
PROJECT MANAGER
PROJECT ENGINEER
CONSTRUCTION OBSERVER
DRAFTSMAN
CLERICAL
4
20
12
2
16
8
SUBTOTAL
SUBTOTAL
$92.00
$380.00
$96.00
$568.00
FINAL DESIGN $3,530.00
TOTAL DESIGN
$46.00
$304.00
$64.00
$414.00
8 $184.00
42 $798.00
6 $87.00
8 $104.00
25 $200.00
SUBTOTAL $1,373.00
BIDDING & CONST. ADM.
CONSTRUCTION OBSERVATION REGULAR HOURS
PROJECT ENGINEER 25
CONSTRUCTION OBSERVER 576
CONSTRUCTION OBSERVATION
PROJECT ENGINEER
CONSTRUCTION OBSERVER
$450.00
$8,352.00
SUBTOTAL $8,802.00
CONST. OBS.(REG HRS.)
12 $216.00
284 $4,118.00
SUBTOTAL 54,334.00
CONST. O$S.(OVERTIME HRS
CONST. OBSERVATION
Page 2
$1,787.00
$8,802.00
. $4,334.00
$13,136.00
$6,178.00
•
•
•
•
•
•
•
•
EXHIBIT "B"
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
TAXIWAY EXTENSION & BLAST PADS IMPROVEMENTS
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-17
JANUARY 13, 1993
SUMMARY OF COSTS
•
A
DIRECT LABOR
PAYROLL EXPENSE (35%)
DIRECT NON -PAYROLL COSTS
MATERIALS AND SUPPLIES
REPRODUCTION
DATA PROCESSING
TRAVEL EXPENSES
EQUIPMENT RENTAL
OUTSIDE ENGR. CONSULTANT
SUBTOTAL DIRECT COSTS
INDIRECT COSTS (119%)
SUBTOTAL DIRECT & INDIRECT
PROFIT
TOTALS
TOTAL FEE
PREPARED BY:
DESIGN
$6,178.00
$2,162.30
$120.00
$280.00
$3,500.00
$12,240.30
$7,351.82
$19,592.12
$2,351.05
521,943.17
BIDDING &
CONST. ADM.
$1,787.00
$625.45
$2,412.45
52,126.53
54,538.98
$544.68
$5,083.66
Page 8
CONST.
OBSERVATION
REGULAR HRS
$8,802.00
$3,080.70
$11,882.70
510,474.38
$22,357.08
$2,682.85
$25,039.93
CONST.
OBSERVATION
OVERTIME HRS
$4,334.00
$1,516.90
$5,850.90
$5,157.46
$11,008.36
$1,321.00
$12,329.36
TOTAL
$21,101.00
$7,385.35
$120.00
$280.00
$0.00
$0.00
$0.00
$3,500.00
$32,386.35
$25,110.19
$57,496.54
$6,899.58
$64,396.12
$64,396.12
DATE: / / / `/3
•
•
•
•
PROJECT:
PROJECT MANAGER:
DEPARTMENT/DIVISION:
3 V/ uL blkh ir4t-i'k rTian
0-4Lai .c/ L4 j__
CITY OF FAYETTEVILLE
REVIEW FORM S - 3 -13
Taxiway Extension/Clearing
Dale Frederick, Airport Manager
Airport
Task Order Amendment
Please review the attached contract and/or s hliiigiPONO between the City of Fayetteville and
McClelland Consulting Engineers.
•
Authorizing Signature Date'
Comments
0
City Attorney ,
y -Z �-yam
�{cco�n}, n �✓ipm
-Ft
Purchasing Manager Q
zq,3
Budget Coordinator
44•al-93
Internal uditor.
ADA Coordinator , )6n11)5- Z8 f
----
RETURN TO PROJECT MANAGER WHEN REVIEW PROCESS HAS BEEN COMPLETED
•
D ment !tor
Administrative Services Director
diti
/�3
EAYETTE'I LLE S
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENC
TO: Members of the Contract Review Process
FROM: Dale Frederick, Airport Manager
DATE: April 23, 1993
i j, 1:1. • Q,ta •7 1 :: •M a A ' J' 1
At the request of the Federal Aviation Administration, a second pre -
application has been submitted for 1993 entitlement funding that will be
added to the first pre -application. The first pre-ap was for the extension
of the west side parallel taxiway and for blast pads, the second will include
all obstruction clearing and drainage work to the project.
The original engineering selection was completed and approved in February of
this year. Each grant which will utilize engineering services is to be
initiated by Task Order. Task order /1 was approved by the City Council on
February 2, 1993, however, it did not include the engineering work for the
obstruction and drainage areas.
This amendment to Task Order 11 adds the language to include that work in the
agreement. The price for the additional work was negotiated on April 9,
1993. The price for the additional work is as follows:
Design Phase, Obstruction Removal and Drainage and Grading
Improvements: a lump sum amount of $14,230
An increase in the lump sum fee for Construction Administration
Services: increase lump sum amount by $450.00
An increase in the amount of Construction Observation Not to Exceed
figure of: increase not to exceed fee by $5,310.00
The total cost increase of this amendment is $19,990. This represent an
increase from $68,700 to $88,690. In order to proceed with the total project
this revision is necessary. Once executed, it will be forwarded to the
Federal Aviation Administration for their review and approval.
Attached is one original and three (3) copies of the amendment which require
signature. For your convenience, a copy of the original Task Order #1 and
the resolution are attached for your reference.
Attachments: per memo
AMENDMENT NO. 1
TO
TASK ORDER NO. 1
Drake Field Improvements
Fayetteville Municipal Airport
Fayetteville, Arkansas
Task Order No. 1 to the BASIC AGREEMENT executed February 2. 1993,
between McClelland Consulting Engineers, Inc., (ENGINEER) and City of
Fayetteville, Arkansas (OWNER) in accordance with the provisions of
that Agreement is amended hereinafter for the purpose of increasing the
scope of services to include Obstruction Removal and Drainage and
Grading Improvements.
Specifically, these revisions to Task Order No. 1 are to be effected by
the following changes:
Delete the five Subparagraphs of Paragraph 3 of Article 1 on Pages
1 and 2 and insert the following six (6) Subparagraphs:
1. Preparation of a Grant Preapplication for the
Obstruction Removal and Drainage and Grading
Improvements to Drake Field for the City of
Fayetteville's submission to the FAA for the
balance of the 1993 Entitlement Funds.
2. Preliminary Design Report and cost estimates for
the west parallel taxiway extension and blast pads
with approval by the Owner and FAA.
3. Preparation of Final Design Plans and
Specifications and certification for Plans and
specifications for the West Parallal Taxiway
Extension, Blast Pads, Obstruction Removal and
Drainage and Grading Improvements with approval by
the Owner and FAA.
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 -
5. Construction Administration 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".
6. 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.
Revise the time of completion for the Detailed Design of Paragraph
4 of Article 1 on Page 2 as follows:
o Detailed Design
8 weeks
Delete
the five Subparagraphs of
Paragraph
1 of Article 2 on Pages
2 and
3 and insert the following
five (5)
revised Subparagraphs:
1. For preparation of grant application, the Owner
shall pay the Engineer:
a lump sum amount of
$ 400
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
authorization to bid by the FAA for each phase
below:
(1) Design Phase - Taxiway extension & Blast Pad,
a lump sum amount of
$19,950
(2) Design Phase, Obstruction Removal and Drainage
and Grading Improvements,
a lump sum amount of $14,230
(3) Storm Water Pollution Prevention Plan,
a lump sum amount of $ 2,000
- 2 -
2. For Bidding Phase: . The OwnW 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
$ 1,000
4. For Construction Administration 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
$ 4,500
5. For Quality Control Materials Testing: The Owner
shall pay the TESTING LABORATORY for the
performance and reporting of the testing services
at the unit prices given on the attached Quality
Control Materials Testing Fee Schedule Exhibit "A"
to Task Order No. 1. The cost for this work shall
not exceed $4,250 unless authorized in writing by
the Owner.
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
$43.50. The fee for the Construction Observation
Service during the normal 5 day 8 hour per day
work week shall not exceed an amount of $30,360
for the daily observation time stated heretofore
and for a periodic observation by the Project
Engineer for a maximum construction period of 120
calendar days, except as amended by separate Task
Order or Amendment. The construction time will be
stated in the Construction Contract.
The Owner shall also pay the Engineer for the
actual number of overtime hours worked exceeding
the weekly 40 hour time stated above, for periods
of overtime work by the Contractor. The fee for
overtime observation shall not exceed an amount of
$13,000 for a maximum of 276 hours of overtime
observation during overtime work by the
Contractor. The overtime fee will be based on the
actual overtime hours worked by the Contractor at
the maximum hourly rate stated above. The
overtime fee shall be withheld from the
Contractor's monthly payment request by the Owner.
- 3 -
a • . •
The Owner shall then pay the Engineer from this
amount. The Contract Documents shall include such
language necessary to define the amount and hourly
cost of overtime work to be included in the bid
proposal price.
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 120 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.
ARTICLE 5
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same
in triplicate.
BOR CITY�O�� TT/�E, ARKANSAS
y: �ff��jj Mayor
Dated thisday of 1993
ATTEST• A0
qty Clerk
FOR McCLELLMID CONSU,MING ENGINEERS, INC.
By:
Dated is day of kfA.iX 1993
- 4 -
EXHIBIT "B" Revised
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
TAXIWAY EXTENSION & BLAST PADS IMPROVEME,
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-17
JANUARY 13, 1993
Revised APRIL 6, 1993
TASK
LEVEL OF PERSONNEL MANHOURS
COST MAJOR TASK COST
PROJECT DIRECTOR
4
$140.00
PROJECT MANAGER
28
$644.00
PROJECT ENGINEER
10
$190.00
CLERICAL
12
$96.00
SUBTOTAL $1,070.00
PROJECT MANAGEMENT $1,070.00
PRELIMINARY DESIGN
FIELD SURVEYS
PROJECT ENGINEER
4
$76.00
PROJECT SURVEYOR
28
$364.00
SURVEY CREW (2 -MAN)
20
$320.00
SUBTOTAL
$760.00
PREPARE PRELIMINARY PLANS
PROJECT MANAGER
2
$46.00
PROJECT ENGINEER
16
$304.00
DRAFTSMAN
20
$260.00
SUBTOTAL
$610.00
PRELIMINARY ENGR. REPORT
PROJECT MANAGER
2
$46.00
PROJECT ENGINEER
16
$304.00
DRAFTSMAN
6
$78.00
CLERICAL
5
$40.00
SUBTOTAL
$468.00
PRELIMINARY
DESIGN $1,838.00
FINAL DESIGN AND PLANS
TAXIWAY & BLAST PAD PLANS
PROJECT MANAGER
8
$184.00
PROJECT ENGINEER
40
$760.00
DRAFTSMAN
60
$780.00
SUBTOTAL
$1,724.00
PREPARE DRAINAGE PLANS
PROJECT MANAGER
4
$92.00
PROJECT ENGINEER
6
$114.00
DRAFTSMAN
24
$312.00
SUBTOTAL
$518.00
DEVELOP TAXIWAY LIGHTING PLAN
PROJECT MANAGER
4
$92.00
PROJECT ENGINEER
16
$304.00
DRAFTSMAN
32
$416.00
SUBTOTAL
$812.00
Page 1
EXHIBIT "B" Revised
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
TAXIWAY EXTENSION & BLAST PADS IMPROVEME
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-17
JANUARY 13, 1993
Revised APRIL 6, 1993
TASK
LEVEL OF PERSONNEL MANHOURS COST MAJOR TASK COST
CONTRACT DOCUMENTS AND SPEC.
PROJECT MANAGER 4
PROJECT ENGINEER 20
CLERICAL 12
DEVELOP FINAL PLANS FOR OBSTRUCTION
REMOVAL & DRAINAGE & GRADING IMPROVEME
PROJECT MANAGER 16
PROJECT ENGINEER 86
PROJECT SURVEYOR 32
SURVEY CREW (2 -MAN) 32
DRAFTSMAN 98
DEVELOP SPECIFICATIONS FOR OBSTRUCTION
REMOVAL, DRAINAGE & GRADING IMPROVEMENTS
PROJECT MANAGER 4
PROJECT ENGINEER 16
CLERICAL 7
BIDDING PHASE
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
CONSTRUCTION PHASE
TRUCTION ADMINISTRATION
PROJECT MANAGER
PROJECT ENGINEER
CONSTRUCTION OBSERVER
DRAFTSMAN
CLERICAL
$92.00
$380.00
$96.00
SUBTOTAL $568.00
$368.00
$1,634.00
$416.00
$512.00
$1,274.00
SUBTOTAL $4,204.00
$92.00
$304.00
$56.00
SUBTOTAL $452.00
FINAL DESIGN $8,278.00
TOTAL DESIGN
2 $46.00
16 $304.00
8 $64.00
SUBTOTAL $414.00
10 $230.00
48 $912.00
6 $87.00
8 $104.00
24 $192.00
SUBTOTAL $1,525.00
BIDDING & CONST. ADM. $1,939.00
CONSTRUCTION OBSERVATION REGULAR HOURS
PROJECT ENGINEER 46
CONSTRUCTION OBSERVER 679
$828.00
$9,845.50
SUBTOTAL $10,673.50
CONST. OBS.(REG HRS.)
Page 2
$10,673.50
$11,186.00
•
0
TASK
EXHIBIT "B" Revised
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
TAXIWAY EXTENSION & BLAST PADS IMPROVEME
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-17
JANUARY 13, 1993
Revised APRIL 6, 1993
LEVEL OF PERSONNEL MANHOURS
COST MAJOR TASK COST
PROJECT ENGINEER 16 $288.00
CONSTRUCTION OBSERVER 270 $3,915.00
SUBTOTAL $4,203.00
CONST. OBS.(OVERTIME MRS. $4,203.00
COSST. OBSERVATION $14,876.50
SUMMARY OF COSTS
DESIGN
BIDDING &
CONST.
CONTT.
TOTAL
COSST. ADM.
OBSERVATION
OBSERVATION
REGULAR HRS
OVERTIME MRS
DIRECT LABOR $11,186.00
$1,939.00
$10,673.50
$4,203.00
$28,001.50
PAYROLL EXPENSE (35%) $3,915.10
$678.65
$3,735.73
$1,471.05
$9,800.53
DIRECT NON -PAYROLL COSTS
MATERIALS AND SUPPLIES $115.50
REPRODUCTION $280.00
DATA PROCESSING
TRAVEL EXPENSES
EQUIPMENT RENTAL
OUTSIDE ENGR. CONSULTANT $3,500.00
SUBTOTAL DIRECT COSTS
$18,996.60
$2,617.65 $14,409.23
$115.50
$280.00
$0.00
$0.00
$0.00
$3,500.00
$5,674.05 $41,697.53
INDIRECT COSTS (119%) $13,311.34
$2,307.41
$12,701.47
$5,001.57
$33,321.79
SUBTOTAL DIRECT & INDIRECT $32,307.94
$4,925.06
$27,110.69
$10,675.62
$75,019.31
PROFIT $3,876.95
$591.01
$3,253.28
$1,281.07
$9,002.32
TOTALS $36,184.89
$5,516.07
$30,363.97
$11,956.69
$84,021.63
GRANT APPLICATION FEE
MATERIALS TESTING
TOTAL FEE
PREPARED BY:
Page 3
DATE: 4 73 - /
$400.00
$4,250.00
$88,671.63
0 cg i__ � 1�3
C CQo(d e c"8
STAFF'REVIEW FORM
AGENDA REQUEST ac )
gam CONTRACT REVIEW
GRANT REVIEW - 7
• it t\ ;1
For the Fayetteville City Council meeting of Below $20,000/Mayor'Approval lReiiiMretil
1.x;1•);
Dale Frederick
Airport
General Administration
Name Division Department
ACTION REQUIRED: Review, approval and signature of the Mayor. This will allow for
development of plans & specifications for airfield marking, construction observation,
coordination of utility burial and related work for AIP #18, a federal grant project. 90%
of these cost will be reimbursable upon issuance of a grant.
COST TO CITY:
S 13.259.91
$ 1,115,000:00
Capital/AIP #18
Cost of this Request
Category/Project
Budget
Category/Project Name
5550-3960-7820.18
Account Number
94002
Project Number
S 1,362.00
Funds Used' To Date
S 1,113,638.00
Remaining Balance
xx Budgeted Item
CONTRACT/GRANT/LEASE REVIEW:
Capital -Fed. Grant Match
Program Name
Airport
Fund
Budget Adjustment Attached
GRANTING AGENCY
.4Qii9tP�v
Accoun md M&sager Date ADA Coordinator Date
Cit A� Date ^Internal Auditor Date
Purchasing Officer Date
STAFF RECO1O(ENDATION e
#pjii
New Item: yes NO
Department Director Date G�
Prev Or Res 8:� 1
AdminiatrA ive Services Director Date
Orig Contract Date:
• Mayor Date
it
r
FAYEETTE\ LLE . - •
THE CITY OF FAYETTEVILLE ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Contract Review Personnel
FROM: Dale Frederick, Airport Manage>�
DATE: May 31, 1994
SUBJECT: APPROVAL OF TASK ORDER/AIP #18
Attached please find 4 original Task Order #2 documents from McClelland Consulting
Engineers. This firm was hired for a three year period to perform airport related engineering
services.
The attached Task Order includes all engineering, construction administration, administrative
services and observation to complete precision approach pavement makings, coordination of
utility burial and related construction observation services.
This work will be funded under a federal grant (AIP #18) when congress completes the enabling
legislation. It is necessary to get this project underway so the application can be based on bid
figures. Upon issuance of a grant, these expenses will be reimbursed at a rate of 90%.
Attachments: Four original Task Order
TASK ORDER NO. 2
Parallel Taxiway Extension and Blast Pad
Drake Field
Fayetteville Municipal Airport
Fayetteville, Arkansas
This Task Order is hereby made a part of the Basic Agreement
executed February 2. 1993, 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) AIP 3-05-0020-18 for Overhead Utility
Removal and Precision Marking of the Runway at Drake Field,
Fayetteville, Arkansas.
The funding application submitted to the FAA outlines items of work
to be included as follows:
1. The burial of Overhead Utility lines along U.S. Hwy
71 within the 34:1 Approach Surface to Runway 16.
2. The marking of Runway 16/34 for Precision
Approaches required by the Microwave Landing
System.
The Engineer will provide the design, construction administration
and construction observation services necessary to complete the
following tasks under this Task Order.
1. Construction Administration assistance for the
burial of the overhead utilities and providing
liaison between the utility owners and the City of
Fayetteville Airport Department.
2. Preparation of cost estimate, Plans, Specifications
and Certification for Plans and Specifications for
the Runway Precision Marking with approval by the
Owner and FAA.
3. 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.
C1
4. Construction Administration 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".
5. 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.
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
Detailed Runway Marking Plans & Specs
2
weeks
o
*FAA and Owner Review
up to 1
week
o
Bidding Phase
3
weeks
o
*Awarding of Grant, Award of contract,
through Notice to Proceed
4
weeks
o
Construction
2
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 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:
(1) Design Phase, a lump sum amount of: $5875.00
2. 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 lump sum fee of $ 1,000.00
- 2 -
3. For Construction Administration 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 $1,450.00
4. 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
$48.50. The fee for the Construction Observation
Service shall not exceed an amount of $4,535.00 for
the observation time stated and for a periodic
observation by the Project Engineer for a maximum
construction period of 15 calendar days, except as
amended by separate Task Order. The construction
time will be stated in the Construction Contract.
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 15 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.
Additional work requested by the Owner beyond the work scope stated
above in Article 1 shall be
writing by the Owner. Pa)
according to the hourly rate
actual reimbursable expenses
agreed upon by the Owner.
performed only after
invent for additional
schedule in the Basic
or in accordance with
- 3 -
authorized in
work shall be
Agreement and
a fixed amount
e
a a •
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the
same in triplicate.
FOR CITY O FAYE, ARKANSAS
By: Mayor
Dated this day of 199
FOR McCLELLAND CONSULTING ENGINEERS, INC.
By: %Jfk
Date his ZAay of 1999L
- 4 -
EXHIBIT "B"
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
RUNWAY MARKING AND UTILITY RELOCATIONS
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-18
MAY 13, 1994
TASK
LEVEL OF PERSONNEL MANHOURS
PROJECT MANAGEMENT
PROJECT DIRECTOR
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
FINAL PLANS AND SPECS.
TAXIWAY & BLAST PAD PLANS
PROJECT MANAGER
PROJECT ENGINEER
DRAFTSMAN
CONTRACT DOCUMENTS AND SPECS.
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
BIDDING PHASE
PROJECT MANAGER
PROJECT ENGINEER
CLERICAL
CONSTRUCTION PHASE
TRUCTION ADMINISTRATION
PROJECT MANAGER
PROJECT ENGINEER
CONSTRUCTION OBSERVER
DRAFTSMAN
CLERICAL
COST MAJOR TASK COST
2 $74.00
16 $384.00
6 $114.00
4 $34.00
SUBTOTAL $606.00
PROJECT MANAGEMENT
4 $96.00
20 $380.00
24 $360.00
SUBTOTAL $836.00
4 $96.00
16 $304.00
8 $68.00
SUBTOTAL $468.00
$606.00
TOTAL DESIGN
2 $48.00
16 5304.00
8 $68.00
SUBTOTAL $420.00
2 $48.00
12 $228.00
4 $66.00
2 $30.00
8 $68.00
SUBTOTAL $440.00
BIDDING & CONST. ADM.
CONSTRUCTION OBSERVATION REGULAR HOURS
PROJECT ENGINEER 8
CONSTRUCTION OBSERVER 100
$144.00
$1,450.00
SUBTOTAL $1,594.00
CONST. OBSERVATION
Page 1
$860.00
$1,594.00
$1,910.00
EXHIBIT "B"
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
RUNWAY MARKING AND UTILITY RELOCATIONS
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-18
MAY 13, 1994
SUMMARY OF
COSTS
DESIGN
BIDDING &
CONST.
TOTAL
COSST. ADM.
OBSERVATION
REGULAR MRS
DIRECT LABOR $1,910.00
$860.00
$1,594.00
$4,364.00
PAYROLL EXPENSE (35%) $668.50
$301.00
$557.90
$1,527.40
DIRECT NON -PAYROLL COSTS
MATERIALS AND SUPPLIES $117.50
REPRODUCTION $280.00
DATA PROCESSING
TRAVEL EXPENSES
EQUIPMENT RENTAL
SUBTOTAL DIRECT COSTS
$2,976.00
INDIRECT COSTS (119%)
$2,272.90
SUBTOTAL DIRECT & INDIRECT
$5,248.90
PROFIT
$629.87
TOTALS
$5,878.77
GRANT APPLICATION FEE
TOTAL FEE
PREPARED BY:
$1,161.00
$1,023.40
$2,184.40
$262.13
$2,446.53
Page 2
$2,151.90
$1,896.86
$4,048.76
$485.85
$4,534.61
$117.50
$280.00
$0.00
$0.00
$0.00
$6,288.90
$5,193.16
$11,482.06
$1,377.85
$12,859.91
$400.00
$13,259.91
DATE:
,
AGENDA REQUEST
xx CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville
FRONs
Dale Frederick
STAFF ,1 EVI$W FORM
:itv Council meeting of N/A Only Mayor's S
Al rnnrt
Division
:es e
ACTION REQUIRED: Review and approval of Task Order #5 with McClelland Consulting Engineers
Inc., for a preliminary site investigation, conference and recommendation for a full
Instrument Landing System at Drake Field. This Task Order will determine if the system
components requried are achievable.
COST TO CITY:
g 9,500
Cost of this Request
5550-3960-5314.00
Account Number
Not Yet a Proiect
Project Number
REVIEW:
S 80,000
Category/Project Budget
530,100
Funds Used To Date
S 48,650
Remaining Balance
XX Budgeted Item
Professional Svcs.
Category/Project Name
Capital
Program Name
Airport
Fund
Budget Adjustment Attached
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
:
to f Recommends Approval
f./1 cigc
Division cad Date
Department Director Date
Administrative ery es Director Date
• Mayor / r%. y7rnr- Date
Date
Date
New Item: Yes No
Prev Ord/Res N: Re..5.
Orig Contract Date:
FAYETTEVI LLE
THE CITY OF FAYFTTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Contract Review Personnel
FROM: Dale Frederick, Airport Manager
DATE: June 15, 1995
SUBJECT: Task Order #5 McClelland Consulting Engineers Inc
Attached please find Task Order #5 to a Basic Agreement for engineering services dated
February 2, 1993, with McClelland Consulting Engineers, Inc. This Task Order will complete
a site investigation, preliminary conference and a recommendation whether satisfactory
arrangement of the electromagnetic components of an Instrument Landing System (ILS) are
achievable at Drake Field.
If the preliminary investigation appears to be positive, an amendment to this Task Order will be
requested to provide approach/construction information so the project may continue. If the
preliminary investigation is negative, no further work will be required.
In order to operate safely and be competitive with other airports in Northwest Arkansas, this
equipment, if feasible, is necessary. The Airport Staff, Airport Board, and the Chamber of
Commerce all feel this improvement, if feasible, is crucial for the long term viability of this
airport.
Staff recommends approval.
ATTACHMENTS: Four (4) original Task Order #5 documents
Contract Review Form
TASK ORDER NO. 5
TO
BASIC AGREEMENT FOR AIRPORT ENGINEERING SERVICES
DATED FEBRUARY 2. 1993
Whereas the OWNER desires to determine the feasibility of Installing an Instrument Landing
System (ILS) at Drake Field in order to enhance the safety of the public, the ENGINEER is
hereby authorized to proceed with the initial phases of study to determine such feasibility.
It is expressly understood that the ENGINEER will subcontract with recognized experts in the
disciplines required to determine ILS feasibility.
The initial investigative work involved is as follows:
SITE VlSffATlON/INVti : The ENGINEER wW retain Dr. Richard McFarland, P.E.,
Director Emeritus, Avionics Engineering Center, Ohio University to conduct a site
visitation, confer with airport management and the ENGINEER, to analyze maps and
other site data in order to offer an informed opinion of whether satisfactory
arrangement of the electromagnetic components of an ILS is achievable at Drake
Field, and consult with the FAA regarding the use of an ILS Approach to Runway 34
to overlay the existing MU Approach to Runway 34.
The compensation for the services to be provided is to be determined based upon hourly
rates and unit prices with a 5% subconsultant administration fee for a total, not to exceed
$9,500.
FY95125:TO5tm Page ... 1
CI
•
As per Basic Agreement
As per Basic Agreement
The ENGINEER agrees to pursue the execution of the scope of work as promptly as practical,
subject to weather and availability of the subconsultants.
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same.
ATTEST:
City Clerk
ATTEST:
FY95125:TO5tm
FOR CITY OF FAYETTEVILLE, ARKANSAS
IA,
FOR McCLELLAND CONSULTING ENGINEERS
Title
Page ... 2
Principal Engineer/Project
Manager
S100.00
Project Manager
580.00.
Project
Engineer/Civil/Environmental
$65.00
Project
Engineer/Geotechnical
585.00
$48.00
Structural Engineer
$85.00
Electrical
$70.00
Mechanical Engineer
$70.00
Environmental Scientist
$30.00
Senior Engineering
Technician
$60.00
Senior Construction Observer
$60.00
$45.00
Junior Construction Observer
535.00
Chief Draftsman/Designer
$60.00
Senior Draftsman
$37.50
Junior Draftsman
$28.00
HVAC Designer/Draftsman
$45.00
CADD Station
$40.00
Project Engineer/Surveyor
$68.00
Surveyor
$45.00
Survey Crew 2 -Man
$57.00
$62.00
Survey Crew 3 -Man
$85.00
$30.00
Soils Lab Supervisor
$40.00
Soils Lab Sr Technician
$35.00
Soils Lab Jr Technician
$25.00
Water Lab Supervisor
$43.00
Water Lab Technician
$25.00
Clerical Support
$32.50
AVIONICS CONSULTANT
Senior Scientist
$78.00
Ass't. Dri. Administration
$49.00
Program Engineer
$37.50
Research Engineer
$32.00
Research Technician
$22.00
Chief Mobile Laboratory
$23.00
Mileage
$0.29/mi
Travel Expense
At Cost
1. Hourly rates are subject to change on/about June 1st each year.
2. Rates shown on schedule are all-inclusive, i.e., they include direct labor, overhead,
and profit.
STAFF REVIEW FORM •
AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City council meeting of N/AStaffReview
i 3o -9d
hrc c/e //gn
FROM: General Gvmt.
Dale Frederick Airport
Division Department
Name_ _ _ _
ACTION REQUIRED: Request approval Amendment #1 to a contract with the City of
Fayetteville and McClelland Consulting Engineers for a one year extension of
the existing contract for the provision of services at Drake Field. The
Basic Agreement was executed 2/2/93. This extension has been approved by the
Task
O dersTon Scope of
cstated per proje t basis. TheAgreem nt, with this Amenegotiated
Amendment shall
expire on 12/31/96.
COST TO CITY:
S unknown
unknownpresent
this Request Category/ProjectBudget Category/ProjectrNames
Costof
Capital/Landside/Airside
unknown at present S 0 Program Name
Account Number Funds used to date g
unknown at present $ unknown at present Airport Fund
Project Number Remaining Balance - - ---Fun------------------------
BUDGET REVIEW: X Budgeted Item 1996 Budget Adjustment Attached
41L(rip "'ago q -ca.aT 4 ft
Budget Coordinator Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW: //ee GRANTING AGENCY:
�-' � %6 Date
Acco uN i Manager Date A A C ordinato
ity Att ney
Date 'i42LtA6or Date
Purchasing Officer Date
Staff and Airport Board recommend approval
-----------
STAFF RECOMMENDATION:
C)� 4__-_�� 2/09/96
Division Head Date
Cross Reference
Dep e t Director Date New Item: Yes No
Prev Ord/ es l7" 9-J
Administ SS r Director Da �� Orig Cont. Date:) -)-V
Mayor
ate -
FAYETTE* LLE . ' •
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Staff Review Personnel
FROM: Dale Frederick, Airport Manager
DATE: February 23, 1996
SUBJECT: AMENDMENT #1 TO A CONTRACT WITH MCCLELLAND CONSULTING
ENGINEERS. INC.
Attached please find four (4) original Amendment No. 1 documents to
a contract with McClelland Consulting Engineers for the provision
of engineering services at the Fayetteville Municipal Airport.
A Basic Agreement was entered into 2/2/93 for engineering service
needs at the airport. A Task Order is negotiated on individual
projects as services are required in accordance with Exhibit "A".
These Task Orders are then circulated through the City's routine
approval process.
At this time funding exists for professional services work and
several projects contain funds for their related engineering
services.
The FAA and Airport Board have given approval for this Amendment.
Should you have any questions or require additional information,
please do not hesitate to contact this office.
Staff recommends approval.
Attachments: Contract Review Form
Four (4) original Amendment #1 Documents
AMENDMENT NO. 1
TO
AGREEMENT TO FURNISH AIRPORT ENGINEERING
SERVICES TO CITY OF FAYETTEVILLE, ARKANSAS
DRAKE FIELD, FAYETTEVILLE, MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
This amendment is hereby made a part of the Basic Agreement executed February 2, 1993,
between McClelland Consulting Engineers, Inc. (ENGINEER), and the City of Fayetteville
(OWNER), in accordance with the provisions of the Agreement.
The OWNER having selected the ENGINEER to perform engineering services for a period
through December 31, 1995, wishes to extend the Agreement for one calendar year until
December 31, 1996. This time extension has been approved by the Federal Aviation
Administration. The Scope of Services will be as stated in separate Task Orders.
The COMPENSATION for the services to be provided under Article I shall be stated in
separate Task Orders for each project.
Additional work requested by the OWNER beyond the work scope stated 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 as amended by Exhibit "A",
dated February 1996, included with this Amendment and actual reimbursable expenses, or
in accordance with a fixed amount agreed upon by the OWNER by separate Task Order.
No changes
FY962009:DRAKE.RWJ\ENG-AM1.J29:jm -1
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same in triplicate.
FOR CITY OF FAYETTEVILLE, ARKANSAS
By:
Mayor
Dated this PT day of 1996 %�i
ATT T:
City Clerk
FOR McCLELLAND CONSULTING ENGINEERS, INC.
By:
John C. Quinn, P.E., Vice President
Dated this 30 day of 1996
F V962006: DRAKE. R W J'iE NG-A#1. J 29:jm
EXHIBIT "A"
TO AMENDMENT NO. I
HOURLY RATE SCHEDULE
FEBRUARY, 1996
Principal Engineer/Project Manager
$100.00
Project Manager
$85.00
Project
Engineer/Civil/Environmental
$65.00
Project Engineer/Geotechnical
$85.00
$48.00
Structural Engineer
$85.00
Electrical
$70.00
Mechanical Engineer
$70.00
Environmental Scientist
$30.00
Senior Engineering Technician
$60.00
Senior Construction Observer
$60.00
$45.00
Junior Construction Observer
$35.00
Chief Draftsman/Designer
$60.00
Senior Draftsman
$37.50
Junior Draftsman
$28.00
HVAC Designer/Draftsman
$45.00
CADD Station
$40.00
FY982006: DRAKE. R W J \E N G -M 1. J29:Jm
. I .
EXHIBIT "A"
TO AMENDMENT NO. 1
HOURLY RATE SCHEDULE
FEBRUARY, 1996
Project Engineer/Surveyor
$68.00
Surveyor
$45.00
Survey Crew 2 -Man
$57.00
$62.00
Survey Crew 3 -Man
$85.00
$30.00
Soils Lab Supervisor
$45.00
Soils Lab Sr Technician
$35.00
Soils Lab Jr Technician
$25.00
Water Lab Supervisor
$43.00
Water Lab Technician
$25.00
Clerical Support
$32.50
1
K
Hourly rates are subject to change on/about June 1 each year.
Rates shown on schedule are all-inclusive, i.e., they include direct labor,
overhead, and profit.
FY962006:DRAKE.RWJ�ENG-M1.J29:jm -4
• STAFF REVIEW FORM T,t o^d
G
AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of N/A Mayor's Signature
--------------------------------------------------------------------------
----------------------------------------------------------------------------
FROM:
Dale Frederick Airport General Gvmt.
Name Division Department
----------------------------------------------------------------------------
----------------------------------------------------------------------------
ACTION REQUIRED: Request approval of Task Order #7 with McClelland Consulting
Engineers, Inc. for the design, bidding and construction observation of a
sewer lift station to be built on the airport's east side. The Task Order is
for a negotiated amount not -to -exceed $16,714.00. The design and
construction observation will be billed based on hourly rates for services
rendered.
COST TO CITY:
$ 16,714.00 $ 82,000 Capital Expenditures
Cost of this Request Category/Project Budget Category/Project Name
5550-3960-5817.00 $ 0 Capital/Fixed Assets
Account Number Funds used to date Program Name
96066.0001 $ 82,000 Airport
Project Number Remaining Balance Fund
B GE VIEW: X Budgeted Item 1996 Budget Adjustment Attached
udg t Coordinator Administrative Services Director
------------------------------------
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
6
Date A.C ordMuitor
Date
- - �-y ate q I ernal ate
�7
-'- (w
Date
________________________________ ------------
--------- ------------------
STAFF RECOMMENDATION: Staff recommends approval
_____________________________________________
j•o. Q Q 6/21/96
Division Head Date
Cross Reference
Department Director � Da New Item: Yes No
7 ( Prev Ord/*es : /a' J
Admin' tra Services Director Dat
Orig Cont. Date:
May Dat
FAYETTEtLLE S
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Contract Reviev
FROM: Dale Frederick,
DATE: June 21, 1996
SUBJECT: Approval of Ti
the Airport's E
Personnel
Airport Manager
sk Order #7 for Engineering Services for the Sewer Lift Station Project on
sst Side with McClelland Consulting Engineers, Inc.
The attached Task Order will provide for design, bid phase and construction observation services required for
the construction and installation of a new sewer lift station to be located near the east side hangar development
area.
Construction
observation is required
by state law for such
installations. The work also includes the necessary
state reviews
and associated fees to
be paid to the state.
This is a negotiated price figure.
Should you have any questions or require additional information, please do not hesitate to contact this office.
Staff recommends approval
Attachments: Contract Review Form
Four Original Task Order #7 Documents
TASK ORDER NO. 7
EAST SIDE SANITARY PUMP STATION
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
This Task Order is hereby made a part of the Basic Agreement executed February 2.
1993, and Amendment No. 1 to the Basic Agreement executed February 23, 1996,
between McClelland Consulting Engineers, Inc., (ENGINEER) and City of Fayetteville,
Arkansas (OWNER) in accordance with the provisions of that Agreement.
The Owner has determined that the existing small sanitary pump station is no longer
adequate to serve the East side facilities and, therefore, a new pump station with
gravity sewer lines and force main are needed to adequately serve the East side
existing facilities and future facilities within the Airport property.
The Engineer will provide the design, construction administration and construction
observation services necessary to complete the following tasks under this Task Order.
1. Preparation of Preliminary and Final Design Plans and Specifications with
approval by the Owner.
2. 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.
3. Construction Administration 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".
4. Construction Observation on a full time basis during sewer line and force
main construction and on a periodic basis for the remainder of the anticipated
construction period in accordance with paragraph 4.14 of Article 4 of the
Basic Agreement.
FY96114:TO7. REV:Wi: jm
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
o *Owner Review
o Detailed Design
o 'Owner Review
o Bidding Phase
o *Awarding of Grant, Award of Contract,
through Notice to Proceed
o Construction
*The Engineer has no control over these phases.
2 weeks
up to 1 week
2 weeks
up to 1 week
3 weeks
4 weeks
4 weeks
The COMPENSATION for services to be provided in Article 1 above shall be according
to the following amounts.
For, and in consideration of, the services to be rendered by the "Engineer", the
"Owner" shall pay the "Engineer on the basis of actual salary costs for work time
directly connected with work chargeable to the project, plus payroll additives and
general overhead costs of 176% of direct labor costs, plus direct reimbursable
expenses associated with the project, plus a fixed fee which are payable as follows:
COSTS NOT
FIXED
TOTAL NOT
TO EXCEED
FEE
TO EXCEED
Design Services
$6,368.00
$708.00
$7,076.00
Bidding Services and Construction
$1,400.00
$155.00
$1.555.00
Administration
Construction Observation
$5,410.00
$650.00
$6,060.00
Special Services
Surveying
$690.00
$83.00
$773.00
Health Dept. Review Fee
$500.00
$500.00
Materials Testing
$750.00
$750.00
Easements (if required)
Hourly
Totals
$15,118.00
$1,596.00
$16,714.00
The basis of this upper limit and justification for the fee is contained in Exhibit "A"
attached hereto. Adjustment of the upper limit may be made should the "Engineer"
establish and the "Owner" agree that there has been or is to be a significant change
in scope, complexity or character of the services to be performed; or if the "Owner"
- 2 -
FY96114:TO,. REV:FS4: jm
decides to shorten the duration of work from the time period specified in the
Agreement for completion of work and such modification warrants such adjustment.
"Exhibit Bcovers the classification of personnel and the salary rate for all
personnel anticipated to be assigned to this project by the "Engineer".
Final payment for Design services shall be made upon the "Owner's" approval and
acceptance with the satisfactory completion of each phase of the project.
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 this Task Order in
accordance with Article 2 above, as agreed upon by the OWNER.
ARTICLE 3 - As per Basic Agreement.
ARTICLE 4 - As per Basic Agreement.
IN WITNESS WHEREOF, the parties hereto each herewith subscribe the same in
triplicate.
r
City Clerk
ATTEST
FY96114;T07.REV:PW:jm
FOR CITY OF FAYETTEVILLE, ARKANSAS
Dated this /s I- day of JC4 ly 1996
FOR McCLELLAND CONSULTING ENGINEERS, INC.
By:
-3-
EXHIBIT "A"
TASK
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
EAST SIDE PUMP STATION
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
JUNE 20, 1996
LEVEL OF PERSONNEL MANHOURS
COST MAJOR TASK COST
SPECIAL SERVICES
FIELD SURVEYS
PROJECT ENGINEER
1
$20.00
PROJECT SURVEYOR
2
$26.00
SURVEY CREW (2 -MAN)
12
$204.00
SURVEY TECHNICAN
12
$126.00
SUBTOTAL
$250.00
SPECIAL SERVICES
$250.00
TOTAL DESIGN
PROJECT MANAGEMENT
PROJECT DIRECTOR
1
$35.00
PROJECT MANAGER
3
$78.00
PROJECT ENGINEER
2
$40.00
CLERICAL
2
$16.00
SUBTOTAL
$169.00
PROJECT MANAGEMENT
$169.00
PRELIMINARY DESIGN
PREPARE PRELIMINARY PLANS
PROJECT MANAGER
2
$52.00
PROJECT ENGINEER
12
$240.00
DRAFTSMAN
24
$264.00
SUBTOTAL
$558.00
PRELIMINARY DESIGN
$556.00
FINAL DESIGN AND PLANS
FINAL PLANS
PROJECT MANAGER
4
$104.00
PROJECT ENGINEER
12
$240.00
DRAFTSMAN
16
$176.00
SUBTOTAL
$520.00
CONTRACT DOCUMENTS AND SPEC.
PROJECT MANAGER
1
$28.00
PROJECT ENGINEER
4
$80.00
CLERICAL
4
$32.00
SUBTOTAL
$936.00
QUALITY ASSURANCE REVIEW
and PLAN REVISIONS
PROJECT MANAGER
1
$26.00
PROJECT ENGINEER
3
$60.00
DRAFTSMAN
2
$22.00
SUBTOTAL
$108.00
FINAL DESIGN $1,564.00
TOTAL DESIGN
BIDDING PHASE
PROJECT MANAGER
1
$26.00
PROJECT ENGINEER
4
$80.00
CLERICAL
6
$48.00
SUBTOTAL
$154.00
$2,289.00
Page 1
TASK
"
• • . EXHIBIT "A"
ENGINEERING MANPOWER AND COST ESTIMATE
McCLELLAND CONSULTING ENGINEERS INC.
EAST SIDE PUMP STATION
DRAKE FIELD
FAYETTEVILLE MUNCIPAL AIRPORT
FAYETTEVILLE,ARKANSAS
JUNE 20, 1998
LEVEL OF PERSONNEL MANHOURS
COST MAJOR TASK COST
CONSTRUCTION PHASE
CONSTRUCTION ADMINISTRATION
PROJECT MANAGER 2 $52.00
PROJECT ENGINEER 8 $160.00
CONSTRUCTION OBSERVER 3 $45.00
DRAFTSMAN 4 $44.00
CLERICAL 6 $48.00
SUBTOTAL $349.00
BIDDING & CONST. ADM. $503.00
CONSTRUCTION OBSERVATION REGULAR HOURS
PROJECT ENGINEER 8 $160.00
CONSTRUCTION OBSERVER 120 $1,800.00
SUBTOTAL $1,960.00
CONST. OBS.(REG HRS.) $1,960.00
SUMMARY OF COSTS
SPECIAL
SERVICES
DIRECT LABOR
PAYROLL EXPENSE (34%)
DIRECT NON -PAYROLL COSTS
MATERIALS AND SUPPLIES
REPRODUCTION
DESIGN BIDDING & OBSERVATION TOTAL
SERVICES CONST. ADM. SERVICES
$2,289.00
$503.00
$1,960.00
$5,002.00
$778.26
$171.02
$666.40
$1,700.68
SUBTOTAL DIRECT COSTS
$335.00
$3,067.26
$674.02
$2,626.40
$6,702.68
INDIRECT COSTS (142%)
$355.00
$3,250.38
$714.26
$2,783.20
$7,102.84
SUBTOTAL DIRECT & INDIRECT
$690.00
$6,317.64
$1,388.28
$5,409.60
$13,805.52
PROFIT
$82.80
$758.12
$166.59
$649.15
$1,656.86
TOTALS
$772.80
$7,075.76
$1,554.87
$6,058.75
$15,482.18
ARK HEALTH DEPARTMENT FEE
MATERIALS TESTING
TOTAL FEE
PREPARED
DATE: / -ZD -96
$500.00
$750.00
$16,712.18
Page 2
/tS. J8 -2y
Gr+,¢nd / 7Eo
7AfA Orr/ 7
d7 cG/e//n1 F"5
STAFF REVIEW FORM
_ AGENDA REQUEST
X)( CONTRACT REVIEW
_ GRANT REVIEW
For the Fayetteville City Council meeting of N/A
FROM Dale Frederick Alroort General Gvmt.
Name Division Department
Af"I RF Request approval of an amendment to Contract #400 with McClelland Consulting
Ln g ,ineers fIC too ificrease the amount by $1,200.53. This increase is for additional construction
supervision cost on the Airport's sewer lift station project, # 96066, due to the contractor, Goodwin
& Goodwin, going beyond their contracted construction time. The $1,200.53 will be deducted from
Goodwin & Goodwin's contract. There is no overall increase in the project's cost.
COST TO CITY:
$ 1.200.53
Cost of this Request
5550-3960-5815.00
Account Number
Project Number
$ ]
Category/Project Budget
$ Vii
Funds used to date
Remainin Balance
Sewer Lift Station
Category/Project Name
Program Name
Airport
Fund
XX Budgeted
Item
_ Budget
Adjustment
Attached
Administrative
Services
Director
Budget
ordinator
CONTRACT/GRANT/LEASE REVIEW:
GRANTING AGENCY:
Date PDA Coordinate to
2-ar9 -a7 9, 1'
Date I arnal Auditor ' /� Date
___ (/1
Date
STAFF RECOMMENDATION: staff recommends approval.
--------------:=
------------------------------- -= =
----------------------------- ----- = ---
Division Hea Date
Cross Reference
Department Director Date New Item: Yes No
Prev Ord/Rest:
Admini tiv 5 ices Director Date
Orig.Cont. Dale
Mayo to
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Fred Hanna, Mayor
FROM: Dale Frederick, Airport Manage
DATE: February 20, 1998
SUBJECT: Request approval of
the
amendment to Contract
#400 with McClelland
Consulting Engineers,
Inc.
to increase the amount by
$1,200.53.
An increase of $1,200.53 in the engineering cost for the Airport's sewer lift station, Project #96066,
is requested. This increase is necessary to cover the increased construction observation when the
contractor, Goodwin & Goodwin, went beyond the project time period as specified in their contract.
The amount of this increase will be deducted from the Goodwin & Goodwin contract; therefore, there
is no increase in the project's total cost to the Airport.
Staff recommends approval.
Attachments: Staff Review
Contract Amendment
AMENDMENT * 1
This is an amendment to the Agreement for Airport wLift
Station executed on the 9th day of January , 19_97
between the City of Fayetteville, Arkansas and McClelland
Consulting Engines, Inc. . Additional services required due to
extension of ons. u. 'on time beyond the contractor's con a d
The charge for the additional services shall not exceed S1,200.53,
CITY OF FAYEITEVILLE:
Date
Mayo
Company
Date
Title
FOR OFFICE USE ONLY
Existing P.O. S
Contract
Res
w,c
AGE! .EQLEST
XX CONTRACT REVIEW
_ GRANT REVIEW
For the Fayettevlile City Council meeting
IRON: Da _a Frederick Airport
Name Division.
STAFF REVIEW FORM
General :pmt.
Department
N;''' S- .
cz<t.
TT NN pp,•�Th�eAirport requests approval of Amendment #2 in the amount of $1,555.56 to
tontraac-E wit 1bC1o11Consulting Engineers. This Amendment covers additional engineering
inspection services for the Airport's sewer lift station, Project # 96066. The contractor, Goodwin
& Goodwin, has gone past the completion deadline extended in Contract Amendment #1. The amount of
this amendment will be deducted from Goodwin & Goodwin's contract; therefore, no additional cost to
the City will be incurred. This project is now substantially complete awaiting Airport staff's and
Engineer's inspection.
COST TO CITY:
D
Cost of this Request
5550-3960-5815.00
Account Number
�I1R•T• llb
$ 102,746.00
Category/Project Budget
$ 102,746.00
Funds used to date
S 0.00
Remaining Balance
Sewer Lift Station
Category/Project Name
n/a
Program Name
Ai roort
Fund
sssaaasaaasas= ------__ . xs���x�����__sasxxxasa
_____ Budgeted Item Budget Adjustment Attached
B dg t Coordinator Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
Accounting 4a er Date — ADA C rdina r
l 6-az-9 ,/
City Attorney Date Zn ernal Auditor Date
co -a4 -46 4/
Purchasing Officer Date
__=====ss sxssxxxxxxaxxxxxaxxx==x xxxxx===a xxx====x x x=x x x===x===x==s x x==sx
STAFF RECOMMENDATION: Staff recommends approval.
-�� G--58 II _
Date
6ou&ox/w•^ Res $5-A7
Department Director Mte4(
New Item: Yes No
Pre Or/Res/:
Admini at rvices Director
Orig.Cont.Date
Mayo
` AHENDM13NT TO THE
ACREE2 ENT WITH McClelland Consulting Engineers, Inc.
This is an amendment to the Agreement for Airport Sewer Lift Station
executed on the 1st day of July l99-6. between the City of
Fayetteville, Arkansas and McClelland Consulting Engineers, Inc.
Additional services required due to construction contractlf Goodwin and
Goodwin not completil�he Project on schedule.
The charge for the additional services shall not exceed
$ 1.200.53
CITY OF FAYETTEVILLE*
*.L€ Date
Mayor
Mrf 1e1 land rnnciilting Fngineorc, Tnr
Company
e fly.
Title
OFFICE USE ONLY
Existing P.O. # 50264-002
Contract # 400
AMENDMENT TO THE
ACREIT WITHMcClelland Consulting Engineers, Inc.
This is an amendment to the Agreement for Airport Sewer Lift station
executed on the 1st day of July 1996 between the City of
Fayetteville, Arkansas and McClelland Consulting Engineers, Inc.
Additional services required due to construction contractor, Goodwin and
Goodwin, not completing the project on schedule.
The charge for the additional services shall not exceed
$ 1,555.56
CITY OF FAYETTEVILLE: _.._
Date
Mayor
McClelland Consulting Engineers. Inc.
Company
'Press.
Title
Date (Q/r"
1frj2s
R OFFICE USE ONLY
Existing P.O. # 50264-002
Contract # 400