Loading...
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