Loading...
HomeMy WebLinkAbout164-00 RESOLUTIONRESOLUTION NO. 164-00 4 MICROFILMED A RESOLUTION APPROVING AN AMENDMENT NO. 1 TO THE AGREEMENT FOR ENGINEERING SERVICES FOR DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT WITH MCCLELLAND CONSULTING ENGINEERS, INC.; APPROVING TASK ORDER NOS. 3, 4, 5 AND 6; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves Amendment No. 1 to the Agreement for Engineering Services for Drake Field, Fayetteville Municipal Airport, extending the contract expiration to March 7, 2002; and authorizing the Mayor and City Clerk to execute said agreement. A copy of the agreement amendment is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves Task Order Nos. 3, 4, 5 and 6; and authorizes the Mayor and City Clerk to execute said task orders. A copy of the task orders are attached hereto marked Exhibit "B", "C", "D" and "E" and made a part hereof. Section 3. The Council also approves a budget adjustment in the amount of $143,664 increasing Professional Services, Acct. No. 5550 3960 5314 00, Project No. 98054 1 by decreasing Use of Fund Balance, Acct. No. 5550 0955 4999 99. A copy of the budget adjustment is attached marked Exhibit "F" and made a part hereof. PASSED AND APPROVED this 19th day of December , 2000. APPROVED. By:2%lG,1�/7�14i./ ATTEST: Heather Woodruff, City e7'erk ed Hanna, Mayor NAME OF FILE: 41) %.. f f . /61- DD CROSS REFERENCE: Date Contents of File Initials / 2- q-00 Syr JO. /6 4/- Qo 41900 (c,./ (�C�� fid/v/�v��1� lj G,C/y/,,,,,, %'4 / / ND. 4w ;b fr (.7,,,Jg , 3D tai_ie.z;1\'„ L I&4 vi .fro. ) sa l a 'E" Si o a,a4. ala. ' G 6,li t i "I- (L s _ / Ali/At/ 11-2k a /tee/ O &A 14 , i'll A.P. dige /E9 -0o Jir Yee lAnen 01-8-0/ _,�� ir.�-7,� ("Pi.,V3-11Y-06 /� � � C l/�D�i /6J / • • • • EXHIBIT A. - EX"' AMEE 10/10.3 AMENDMENT NO. 1 TO AGREEMENT FOR ENGINEERING SERVICES DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT STATE OF ARKANSAS COUNTY OF WASHINGTON The basic agreement entitled CITY OF FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, is hereby amended. The referenced basic agreement pertains to proposed improvements to Drake Field, Fayetteville's Municipal Airport. This Amendment entered into and executed on the date indicated beneath the signature blocks, by and between the City of Fayetteville (OWNER) and McClelland Consulting Engineers (ENGINEER) extends the duration of the contract for the second of a possible three years, as allowed in the first paragraph on page 1 of the basic agreement. This action is taken to allow the Engineer to undertake design and construction administration services beyond the current contract expiration date of March], 2001. As a result, the amended contract expiration date becomes March 7, 2002, extendable for one additional year thereafter. SECTION I - PROJECT DESCRIPTION The types of projects to be undertaken during this extended period include, but are not necessarily limited to, Large Scale Development Planning, hangar additions, and m pavement rehabilitation and improvements >C w J:\99\99164\AmendltoBAS_AGR.doc • • SECTION 1I - BASIC AGREEMENT IN EFFECT: Except as amended specifically herein, the basic AGREEMENT FOR ENGINEERING SERVICES shall remain in full force as originally approved and executed. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly executed as of the date and year first herein written. FOR THE CITY OF FAYETTEVILLE: By: /ialA/) / Mayor Date: /2l9hd Attest:- FOR McCLELLAND CONSULTING ENGINEERS, INC.: By: Date: President il/47400 J:\99\99164\Amend1toBAS AGR.doc Attest TASK ORDER NO 3 LARGE SCALE DEVELOPMENT SERVICES DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT STATE OF ARKANSAS COUNTY OF WASHINGTON EXHIBIT B This Task Order is written pursuant to the basic agreement entitled CITY OF FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, executed on March 7, 2000. The referenced basic agreement pertains to proposed improvements to Drake Field, Fayetteville's Municipal Airport. This Task Order entered into and executed on the date indicated below the signature block, by and between the City of Fayetteville (OWNER) and McClelland Consulting Engineers (ENGINEER) sets forth the project description, project schedule, and engineering fees related to the formulation and submittal of a Large Scale Development Plan for Drake Field, Fayetteville, Arkansas. SECTION I - PROJECT DESCRIPTION In general, a Large Scale Development Plan for four separate "hangar projects" is to be undertaken as described below: Priority #1 — An 80' x 80' (approximate) corporate hangar is to be designed to occupy the vacant area, which used to be the site of the old fuel farm (before that facility was relocated), on the western side of the runway. The hangar should be equipped with a 70' wide aircraft door opening ("slider") to accommodate a King Air 350. The hangar J:\99t991 &1ko3LSO.wpd:jm E Xf rhok ,Jo 4 • • shall also have a 20' x 20' office space partitioned -off in either the southwestern or northwestern corner. The office shall be heated and cooled, and equipped with a restroom. Also, along the western side of the hangar, a pedestrian door and a garage door should be provided. A floor drain is to be installed in the middle of the hangar. Priority #2 — A 17,000 SF engine overhaul shop is to be designed for the eastern side of the runway, just west of the general aviation aircraft apron. The facility, which is to be composed of approximately 8,000 SF of high -bay hangar space, 5,000 SF of office space, and 4,000 SF of low -bay shop area, must be directly accessible by both aircraft and ground transportation. The office shall be heated and cooled, and equipped with a restroom. The location must be such that a 'companion facility" can be built fairly close to it in the future. Priority #3 — Four (4) corporate hangars are to be designed for the eastern side of the runway. They are to be located along the eastern side of the existing general aviation aircraft apron (to be extended eastward under a separate project), starting with the northern end of that site. Each hangar is to be approximately 50' x 50' and equipped with a plumbing stub -up (for the tenant's use in the future installation of a restroom, breakroom, etc.). Priority #4 — A corporate hangar, approximately 100' wide x 80' deep, is to be designed for a site on the western side of the runway, immediately north of the existing Terminal JA991e9164lto3LSO.wpd:lm 2 • • • • Building. The aircraft doorway should accommodate a Lear -35 jet aircraft. No provision for an office is needed in this plan; nor is there any particular reason to protect the existing parking lot pavement in this vicinity. A part of this project will be to develop an overall "hangar -layout plan", with taxiway and landside access. The plan should show an efficient scheme for fitting as many similar -sized hangars as practical along each side of the taxiway extension which is to serve this general area (northwest of the Terminal Building). All hangars are to be accessible to aircraft via asphalt aprons (maximum gradient of 1.0% to 1.5%) which shall be constructed to drain away from the buildings wherever possible. Hangars are to be constructed of pre-engineered metal components, designed to meet the City's codes and ordinances, with review being provided to the OWNER prior to releasing the project to bidders. A. The project associated with this specific Task Order No. 3 is to include a Large Scale Development Plan for the proposed Hangar improvements. B. Specifically excluded from the project scope for this Task Order is the detailed engineering design work associated with each specific hangar. That work is to be included under separate Task Orders. J:\99L99164Vo3LSD.wpd:Jm 3 • • SECTION 11 - PROJECT SCHEDULE From the time the OWNER issues the Notice To Proceed to the ENGINEER, the project will be executed within the following time periods: Large Scale Development Plan — Submitted to City: Complete process: 30 calendar days 90 calendar days SECTION 111 - SCOPE OF SERVICES The ENGINEER shall, generally, provide those services listed in the City's ordinance dealing with the requirements for Large Scale Development Plans This effort is to be undertaken with respect to the specific projects listed hereinbefore under this Task Order. However, it is understood that a detailed grading and drainage report will not be required; but, the Engineer will write a letter which explains that the proposed projects will involve a minimal amount of grading and that the impact on drainage will be insignificant when compared to the entire drainage basin. Furthermore, only trees larger than 24" in diameter and within the proposed construction areas will be individually located; but, "tree canopies" will be indicated for the overall site. Existing utilities, including water and sewer lines and storm sewers, will be located only within J:1991991641ta3LSD.wpd:jm 4 • • the proposed work areas. A new property survey (with Professional Land Surveyor's seal) will not be required, nor will a description of leases, covenants, nor restrictions. SECTION IV - FEES AND PAYMENTS A. Title 1 Services (Engineering Planning Services). The ENGINEER shall provide Large Scale Development services for a total not -to -exceed fee of $14,762, including a total fixed payment of $1,850. 1. Large Scale Development Plan: 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 178% of direct labor costs, plus direct reimbursable expenses associated with the project, plus a fixed payment which are payable as follows: a) Large Scale Development services costs not to exceed: $ 12,912 b) Fixed payment for Large Scale Development services: $ 1,850 c) Engineering contract amount for LSD services not to exceed:$ 14,762 J:1B8\98113eNo3LSD.wpd:lm 5 • • The basis of this upper limit and justification for the fee is contained in Appendix 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. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Up to 90% of the fee is payable on a monthly basis as work progresses. Final payment for the Large Scale Development services shall be made upon the OWNER's approval and acceptance of the satisfactory completion of the LSD phase services. B. Title II Services (Construction Phase Services): Not applicable for this Task Order. SECTION V - BASIC AGREEMENT IN EFFECT: Except as specifically amended herein, the basic AGREEMENT FOR ENGINEERING SERVICES shall remain in full force as originally approved and executed. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly executed as of the date and year first herein written. J: 1991991644o3LS0.wpd:jm 6 • • FOR THE CITY OF FAYETTEVILLE: B : 64eA42r Attest: OB S. By: �4'� di Mayor Date: a-hi/DD FOR McCLELLAND CONSULTING ENGINEERS, INC.: B • President Date: o/zz/ao J:19919916IVo3LSD.wpd:01 Attest: 1 rn1 • • • , :i ,....,S,i,rnatte'd g�!�h�h$]}|� 5' § R '} 2 j� j 1 sr ` / G |G•2 s /- 2 E: § 1t:_Rr .E 42'� |,,:. .•-- ^ t117 { ® y - •° |'1E|- |F}^` ;\ 1 kale ell Ma ed.UlQ 5 Propose& keIIY elnNue. 3e locate all edelYq 6 propose. Ba+mlonle .ae 'Late rra nyorarxr, nwtea valve., backflow pre enlarr f � f . § 8NN / § ! | \0: 48 Fluxing floor areae andseabed' &stances 25 ReNim block , • /ƒ : \ . . ƒ (00-00 i | %. E1 ; E& „ |!: k,-� \} / ) E !� | 05 o ƒk ��.;. - ; 05 I ; I 0.5 I 05 ;- YORJENOR. ........a.. . _ . . . w ■E1 - - . . TECHNICIAN th | =OPERA .4 - - .: ., . ow, ;; ; .0 0 - 0 025 ; 1 I SURVEYOR I a 1 0 a- I 1 6 0,0mn 1k( - 1 SUB.CONS. FEE 4 \SZ :mN 83- --- .es5a- az. mz _ w - • • APPENDIX B • Salary Ranges Drake Field, Fayetteville Municipal Airport CATEGORY Principal Engineer / Project Director Project Manager Project Engineer Registered Surveyor Computer Technician Engineering Technician Service Engineer Technician Survey Crew (2 man) Clerical Support CADD Draftsman 1 CADD Draftsman 2 CADD Draftsman 3 Soils Lab Supervisor Soils Technician II Soils Technician I J:\99\991641:\99199164Wppendix B Salary Rates TOBR.doc HOURLY RATE RANGE $40 to $45 $25 to $33 $18 to $26 $14 to $18 $17 to $21 $12 to $18 $15 to $20 $18 to $23 $9to$14 $15 to $20 $10 to $16 $8 to $12 $12 to $15 $8 to $12 $6 to $8 • Exhibit "C" • Task Order No. 4 TASK ORDER NO 4 WEST SIDE HANGAR @ OLD FUEL FARM SITE STATE OF ARKANSAS COUNTY OF WASHINGTON This Task Order is written pursuant to the basic agreement entitled CITY OF FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, executed on March 7, 2000. The referenced basic agreement pertains to proposed improvements to Drake Field, Fayetteville's Municipal Airport. This Task Order entered into and executed on the date indicated below the signature block, by and between the City of Fayetteville (OWNER) and McClelland Consulting Engineers (ENGINEER) sets forth the project description, project schedule, and engineering fees related to new hangar construction, Drake Field. SECTION I - PROJECT DESCRIPTION An 80' x 80' (approximate) corporate hangar is to be designed for the vacant area, which used to be the site of the old fuel farm (before that facility was relocated), on the western side of the runway. The hangar should be equipped with a 70' wide aircraft door ("slider") to accommodate a King Air 350. The hangar shall also have a 20' x 20' office space partitioned off in either the southwestern or northwestern corner. The office shall be heated and cooled, and equipped with a restroom. Also, along the 1 J:199199/9<YN.wpd:lm • • western side of the hangar, a pedestrian door and a garage door should be provided. A floor drain should be installed in the middle of the hangar. The project is to include: A. Hangar design using prefabricated metal components. B. Reinforced concrete foundations. C. Interior electrical lighting and receptacles. D. Electrical grounding system. E Exterior, building -mounted electrical lighting. F. Storm drainage and paving plans to integrate the new hangars into the overall landside and airside paving schemes . Specifically excluded from the project scope: Storm Water Pollution Prevention Plan (as currently planned, less than a 5 -acre area is to be disturbed). SECTION 11 - PROJECT SCHEDULE From the time the OWNER issues the Notice To Proceed to the ENGINEER, the project will be executed within the following time periods: Surveying: 15 calendar days Preliminary Design (35%): 15 calendar days Design Development (65%): 45 calendar days Final Design (95%): 60 calendar days Submittal to City (100%): 90 calendar days J:1991991 N\toil. W OE:jm 2 • • SECTION III - SCOPE OF SERVICES The ENGINEER shall provide those services listed in the basic agreement which are applicable to this specific Task Order. Specifically included are: A. Construction staking of budding corners. B. Air spacing submittals to FAA. SECTION IV - FEES AND PAYMENTS A. Title I Services (Engineering Planning and Design Services Preceding Construction). The ENGINEER shall provide, as hereafter enumerated, geotechnical investigation, surveying, design, bidding, and air spacing services for a total not -to -exceed fee of $19,185 including a total fixed payment of $2,307. 1. Surveying and Design Phase Services: 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 178% of direct labor costs, plus direct reimbursable expenses associated with the J:V7919919dv041.wpd:jm 3 • • project, plus a fixed payment which are payable as follows: a) Surveying and Design phase services costs not to exceed: $ 14,708. b) Fixed payment for Surveying and Design phase services: $ 2,170. c) Engineering contract amount for Surveying and Design phase services not to exceed: $ 16,878. The basis of this upper limit and justification for the fee is contained in Appendix 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 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. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for the Surveying and Design phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the Surveying and Design phase services. J199‘99164U W.wpd:lm 4 • • 2. Geotechnical Investigation Phase Services: For Geotechnical Investigation phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment, which are as follows: a) Geotechnical phase services costs not to exceed: b) Fixed payment for Geotechnical phase services: c) Engineering contract amount for Geotechnical phase services not to exceed: $ 1,345. $ 13. $ 1,358. The basis of this upper limit and justification for the fee is contained in Appendix 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 the services to be performed by the ENGINEER and such modification warrants such adjustment. Appendices B and C cover the classifications of personnel and the salary rates for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for geotechnical phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the J?991991941to4.wpd:jm • • geotechnical phase of the project. 3. Bidding Phase Services: For Bidding phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment, which are as follows: a) Bidding phase services costs not to exceed: b) Fixed payment for Bidding phase services: c) Engineering contract amount for Bidding phase services not to exceed: $ 579. $ 87. $ 666. The basis of this upper limit and justification for the fee is contained in Appendix A attached hereto. The fee has been based upon bidding the project one time under a single contract section. 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 the services to be performed by the ENGINEER and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Bidding phase services shall be made upon the OWNER's J:100%00184VW.WWpd:Im 6 • • approval and acceptance with the satisfactory completion of the Bidding phase of the project. 4. Air Spacing Application Services: For Air Spacing Application phase services, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment which are as follows: a. Air spacing phase services costs not to exceed: b. Fixed payment for air spacing phase services: c Engineering Contract amount for air spacing phase services not to exceed: $ 246. $ 37. $ 283. The basis of this upper limit and justification for the fee is contained in Appendix 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 and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Funding Application phase services shall be made upon the J:9929194Vo&.wpd:lm 7 • L-1 OWNER's approval and acceptance of the air spacing phase documents. B. Title II Services (Construction Phase Services): The ENGINEER shall provide, as hereafter enumerated individually, construction phase services for a total not -to -exceed cost of $11,186, including a total fixed payment of $1,459. 1. Construction Administration and Inspection Phase Services: For Construction Administration and Inspection phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment which are as follows: a) Construction Administration and Inspection phase services costs not to exceed: $ 8,473. b) Fixed payment for Construction Administration and Inspection phase services: c) Engineering contract amount for Construction Administration and Inspection phase services not to exceed: $ 1,271. $ 9,744. i3 J.Mmm184VM.M0a:lm 0 The basis of this upper limit and justification for the fee is contained in Appendix A attached hereto (the Construction Inspection portion of the fee has been based upon providing an average of 1.5 hrs/day of on -site inspection during an assumed construction period of 120 calendar days). Adjustment of the upper limit of the ENGINEER's fee may be made should the ENGINEER establish and the OWNER agree that there has been or is to be a significant change in effort, scope, complexity or character of the services to be performed and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Construction Administration and Inspection phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the Construction phase of the project. 2. Construction Staking Services: For Construction Staking services, the ENGINEER shall establish building corners, a baseline, and a benchmark for vertical control. This construction staking is to be performed by the ENGINEER one time only, with additional staking to be the responsibility of the Contractor. For this work, the OWNER shall pay the ENGINEER on the basis of actual salary cost for work -time directly connected with construction staking, plus payroll additives and general overhead costs of 178% of direct labor costs, plus direct PJ J:199199164QG& W pd:im i reimbursable expenses, plus a fixed payment payable as follows: a) Construction Staking costs not to exceed: $ 431. b) Fixed payment for Construction Staking: $ 65. c) Engineering contract amount for Construction Staking services not to exceed: $ 496. The basis of this upper limit and justification for the fee is contained in Appendix A attached. Adjustment of the upper limit of the ENGINEER's fee may be made should the ENGINEER establish and the OWNER agree that there has been or is to be a significant change in effort, scope, complexity or character of the services to be performed and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Construction Staking service shall be made upon the OWNER's approval and acceptance of the satisfactory completion of the Construction Staking phase of the project. 3. Construction Materials Testing Phase Services: For construction materials testing phase services rendered by the ENGINEER, the 10 J:w9\99164uw.wDd:ln 0 OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment, which are as follows: a) Materials testing phase services costs not to exceed: $ 823. b) Fixed payment for materials testing phase services: $ 123. c) Engineering contract amount for materials testing phase services not to exceed: $ 946. The basis of this upper limit and justification for the fee is contained in Appendix 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 the services to be performed by the ENGINEER and such modification warrants such adjustment. Appendices B and D cover the classifications of personnel and the salary rates for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for materials testing phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the materials testing phase of the project. II J:\9mS9164UM.wptjm 0 SECTION V - BASIC AGREEMENT IN EFFECT: Except as amended specifically herein, the basic AGREEMENT FOR ENGINEERING SERVICES shall remain in full force as originally approved and executed. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly executed as of the date and year first herein written. FOR THE CITY OF FAYETTEVILLE: By: Mayor Date: /?-A FOR McCLELLAND CONSULTING ENGINEERS, INC.: By: President Date: tt[co Attest: 12 J: 199,991ehVd.wPS.lm O In Fm r -----r-- ImyamN -- mzzo 0000000000ZEC000000000 OO0tfl0 c �SA mmT mmT tcrnnrrmmmmm mCoflC on, wmn1zO9C Q AOf —Drco pr prr mMm OOOOOOOim A—�O m mmmmm Wm_5 — w<�ipm mmmm mmmm 3m0 mTTTTTT « mmmmm TDm>Z D o'.4y m 2 o'.4fl m - . r rrrrrrrrm AOvc 0 mmFjcoCZr€UoCo�OC j�l>: xFs AA TTrilr D91DtiAAOS 2 y00NS j�DD �ynT <n ZZ _rD <K A Oy CC N yy0 Z�rLO N~>y ZSyyyZ R10 ma D ySJ AOm y >2 y tiA TLJ-i y y yN m002q >>n mA mV mzyyy> J9� L Z Zm N `i m`m �nT �S Mk y y a1Z Z A m ZC "`LLL N n NT 0NOAZO W N >y A A mN9 J4 0 00l '� 9 [yC y C C0 O m rmT y≥ H z tizo ti> -z C Nm~ Ny Ny yA yD F C0 y ig 0 AA q o r o O O r m N y 0 3 O N 0 0 000- 0 0 00. O v+N+yNrNNN NrNN Nr NUrrrrNrr n T Z QJ N+ N—ijr r.V01 rNmLNU Nor NNrrmmNNWin ' m ,y Om Cifl A xy w' y T m mo 0 n r2 A q s Z O> n >?y{ i mx03� ® m 0 SOA.4Z 0 0 oIa m rr0 p r ut N N -. mcS x O cro0> rm zr row. �Nr rN mm r N r Nr OP T ai .1 M N m rr m >- R Z N N mmmm r r OA 9> V' �z Z ~Z m C 'A A + + am K It O O e m m Yrr gN N N9 q -4 z O wA 80 r o ro o o1s> "C, Fl, C p O 8 H 22 z z -e In O T O p w 41 {1� X wV `w ,Y�Ny gy O O I nenP�r o w 0 O w O In c waw m m M OIl OINaNV_ J q YYYp V pp Dp MV GV Y+ mr+ Alru Ia _Saa pa o - - PY N0Pb0VNY®iq-0 P rm OrOOrq MbmYymg- — Ill ion + T m ID Of m N zy N m '-'a O �m A fl v TZ tga > a lAxmv r O z a nn v A m m rr m a� z D - O Z -I-- '"0 OOV ...Q 00 w ... T ra Z .� 3 T �a �• ;j^ ze 3 z'3^ $ n x v G T O 111 a C K o wv o a n <m®"u mm i G®� m_ xr=ems 3 n> m z '� c�w.woC m'� G�rw.w0 Al 0 O m Oni om V Y m Y+ P N r m 0 u N+ O r m qm 0 V M y Y m r pVp i Y P P u P u N O m N O V ti P 0 0 0m Y P P+ APPENDIX B Salary Ranges Drake Field, Fayetteville Municipal Airport CATEGORY Principal Engineer/ Project Director Project Manager Project Engineer Registered Surveyor Computer Technician Engineering Technician Service Engineer Technician Survey Crew (2 man) Clerical Support CADD Draftsman 1 CADD Draftsman 2 CADD Draftsman 3 Soils Lab Supervisor Soils Technician 11 Soils Technician I HOURLY RATE RANGE $40 to $45 $25 to $33 $18 to $26 $14 to $18 $17 to $21 $12 to $18 $15 to $20 $18 to $23 $9 to $14 $15 to $20 $10 to $16 $8 to $12 $12 to $15 $8 to $12 $6 to $8 J:\99\99164J:\99\99164\Appendix B Salary Rates TO8R.doc CI • APPENDIX "C" TASK ORDER NO. 4 GEOTECHNICAL INVESTIGATION WEST SIDE HANGAR @ OLD FUEL FARM SITE DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT ITEM NO. ITEM DESCRIPTION QUANTITY UNITS UNIT PRICE EXTENDED 1 MOBILIZATION 1 LS $75.00 $75.00 4 BORING SETUP CHARGES 4 EA $25.00 $100,00 5 BORING LAYOUT 1 HR $60.00 $60.00 6 SOIL DRILLING AND SAMPLING 30 LF $10.00 $300.00 7 MOISTURE TESTS 6 EA $8.00 $48.00 8 ATTERBERG LIMITS TESTS 6 EA $45.00 $270.00 9 GRADATIONS (5 SIEVE) 6 EA $30.00 $180.00 10 DRY UNIT WEIGHT TESTS 6 EA $8.00 $48.00 12 GEOTECHNICAL EVALUATION 1 HR $95.00 $95.00 13 BORING PLOT PLAN & LOG, CADO OPER. 2 HR $40.00 $80.00 TOTAL $1,256.00 APPENDIX "D" TASK ORDER NO. 4 CONSTRUCTION MATERIALS TESTING WEST SIDE HANGAR @ OLD FUEL FARM SITE DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT ITEM NO. DESCRIPTION QUANTITY UNIT PRICE EXTENDED 1 SOILS TESTING 6 HR $30.00 $180.00 2 BASE TESTING 6 HR $30.00 $180.00 3 CONCRETE TESTING 6 HR $30.00 $180.00 4 ASPHALT CORING 0 HR $60.00 $0.00 5 ASPHALT TESTING 0 EA $20.00 $0.00 6 REPORT PREPARATION 6 HR $30.00 $180.00 TOTAL $720.00 Exhibit "D" • ' • Task Order No. 5 TASK ORDER NO. 5 EAST SIDE ENGINE OVERHAUL SHOP STATE OF ARKANSAS COUNTY OF WASHINGTON This Task Order is written pursuant to the basic agreement entitled CITY OF FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, executed on March 7, 2000. The referenced basic agreement pertains to proposed improvements to Drake Field, Fayetteville's Municipal Airport. This Task Order entered into and executed on the date indicated below the signature block, by and between the City of Fayetteville (OWNER) and McClelland Consulting Engineers (ENGINEER) sets forth the project description, project schedule, and engineering fees related to new hangar construction, Drake Field. SECTION I - PROJECT DESCRIPTION A 17000 SF engine overhaul shop is to be designed for the eastern side of the runway, just west of the general aviation aircraft apron. The facility, which is to be composed of approximately 8,000 SF of high -bay hangar space, 5,000 SF of office space, and 4,000 SF of low -bay shop area, must be directly accessible by both aircraft and ground transportation. The office shall be heated and cooled, and equipped with a r8stroom. The location must be such that a "companion facility" can be built fairly close to it in the future. yt� L1 k I A flu d V '. 7 V O J:Wg991Bl1W5.wpd:fm N The project is to include: A. Hangar design using prefabricated metal components. B. Reinforced concrete foundations. C. Interior electrical lighting and receptacles. D. Heating, ventilating, and airconditioning for the office. E. Electrical grounding system. F. Exterior, building -mounted electrical lighting. G. Storm drainage and paving plans to integrate the new hangars into the overall landside and airside paving schemes . Specifically excluded from the project scope: Storm Water Pollution Prevention Plan (as currently planned, less than a 5 -acre area is to be disturbed). SECTION II - PROJECT SCHEDULE From the time the OWNER issues the Notice To Proceed to the ENGINEER, the project will be executed within the following time periods: Surveying: 15 calendar days Preliminary Design (35%): 21 calendar days Design Development (65%): 60 calendar days Final Design (95%): 110 calendar days Submittal to City (100%): 120 calendar days 2 flWM16.Qo5.wp6:im J SECTION III - SCOPE OF SERVICES The ENGINEER shall provide those services listed in the basic agreement which are applicable to this specific Task Order. Specifically included are: A. Construction staking of building corners. B. Air spacing submittals to FAA. SECTION IV - FEES AND PAYMENTS A. Title I Services (Engineering Planning and Design Services Preceding Construction). The ENGINEER shall provide, as hereafter enumerated, geotechnical investigation, surveying, design, bidding, and air spacing services for a total not -to -exceed fee of $64,700 including a total fixed payment of $8,254. 1. Surveying and Design Phase Services: 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 178% of direct labor costs, plus direct reimbursable expenses associated with the 3 J:9999 I 84Mo5r.wpd tm c project, plus a fixed payment which are payable as follows: a) Surveying and Design phase services costs not to exceed: $ 53,253. b) Fixed payment for Surveying and Design phase services: $ 7,988. c) Engineering contract amount for Surveying and Design phase services not to exceed: $ 61,241: The basis of this upper limit and justification for the fee is contained in Appendix 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 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. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for the Surveying and Design phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the Surveying and Design phase services. 4 .fl99W9 i"MaS.wpd:IT. 2. Geotechnical Investigation Phase Services: For Geotechnical Investigation phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment, which are as follows: a) Geotechnical phase services costs not to exceed: $ 1,705. b) Fixed payment for Geotechnical phase services: $ 43. c) Engineering contract amount for Geotechnical phase services not to exceed: $ 1,748. The basis of this upper limit and justification for the fee is contained in Appendix 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 the services to be performed by the ENGINEER and such modification warrants such adjustment. Appendices B and C cover the classifications of personnel and the salary rates for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for geotechnical phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the 5 J:WO\99Ieavo5r.wpd:lm geotechnical phase of the project. 3. Bidding Phase Services: For Bidding phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment, which are as follows: a) Bidding phase services costs not to exceed: $ 943. b) Fixed payment for Bidding phase services: $ 141. c) Engineering contract amount for Bidding phase services not to exceed: $ 1,084 . The basis of this upper limit and justification for the fee is contained in Appendix A attached hereto. The fee has been based upon bidding the project one time under a single contract section. 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 the services to be performed by the ENGINEER and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Bidding phase services shall be made upon the OWNER's 3 J:99199154Uo5.wPd:lm approval and acceptance with the satisfactory completion of the Bidding phase of the project. 4. Air Spacing Application Services: For Air Spacing Application phase services, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment which are as follows: a. Air spacing phase services costs not to exceed: $ 545. b. Fixed payment for air spacing phase services: $ 82. c. Engineering Contract amount for air spacing phase services not to exceed: $ 627. The basis of this upper limit and justification for the fee is contained in Appendix 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 and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Funding Application phase services shall be made upon the 7 J:19919918 \t99.wpd:1m OWNER's approval and acceptance of the air spacing phase documents. B. Title II Services (Construction Phase Services): The ENGINEER shall provide, as hereafter enumerated individually, construction phase services for a total not -to -exceed cost of $19,198, including a total fixed payment of $2,504. 1. Construction Administration and Inspection Phase Services: For Construction Administration and Inspection phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment which are as follows: a) Construction Administration and Inspection phase services costs not to exceed: $ 13,268. b) Fixed payment for Construction Administration and Inspection phase services: c) Engineering contract amount for Construction Administration and Inspection phase services not to exceed: $ 1,990. $ 15,258. i3 J:t99199l6<tto5.+PtIm 0 The basis of this upper limit and justification for the fee is contained in Appendix A attached hereto (the Construction Inspection portion of the fee has been based upon providing an average of 1.5 hrs/day of on -site inspection during an assumed construction period of 240 calendar days). Adjustment of the upper limit of the ENGINEER's fee may be made should the ENGINEER establish and the OWNER agree that there has been or is to be a significant change in effort, scope, complexity or character of the services to be performed and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Construction Administration and Inspection phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the Construction phase of the project. 2. Construction Staking Services: For Construction Staking services, the ENGINEER shall establish building corners, a baseline, and a benchmark for vertical control. This construction staking is to be performed by the ENGINEER one time only, with additional staking to be the responsibility of the Contractor. For this work, the -OWNER shall pay the ENGINEER on the basis of actual salary cost for work -time directly connected with construction staking, plus payroll additives and general overhead costs of 178% of direct labor costs, plus direct G7 J:199199I6No3.wpd:jm reimbursable expenses, plus a fixed payment payable as follows: a) Construction Staking costs not to exceed: $ 1,022. b) Fixed payment for Construction Staking: $ 153. c) Engineering contract amount for Construction Staking services not to exceed: $ 1,175. The basis of this upper limit and justification for the fee is contained in Appendix A attached. Adjustment of the upper limit of the ENGINEER's fee may be made should the ENGINEER establish and the OWNER agree that there has been or is to be a significant change in effort, scope, complexity or character of the services to be performed and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Construction Staking service shall be made upon the OWNER's approval and acceptance of the satisfactory completion of the Construction Staking phase of the project. 3. Construction Materials Testing Phase Services: For construction materials testing phase services rendered by the ENGINEER, the to J:\99IM\tO5.WPdm CI OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment, which are as follows: a) Materials testing phase services costs not to exceed: $ 2,404. b) Fixed payment for materials testing phase services: $ 361. c) Engineering contract amount for materials testing phase services not to exceed: $ 2,765. The basis of this upper limit and justification for the fee is contained in Appendix 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 the services to be performed by the ENGINEER and such modification warrants such adjustment. Appendices B and D cover the classifications of personnel and the salary rates for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for materials testing phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the materials t'trsting phase of the project. J:Wp1BY1NVo5.wpo:Jm SECTION V - BASIC AGREEMENT IN EFFECT: Except as amended specifically herein, the basic AGREEMENT FOR ENGINEERING SERVICES shall remain in full force as originally approved and executed. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly executed as of the date and year first herein written. FOR THE CITY OF FAYETTEVILLE: By: Mayor Date: /Z// 9/Od FOR McCLELLAND CONSULTING ENGINEERS, INC.: LNEVE t Date: N I ZLI o o Attest: 12 J:WB%BY1MW S.vpd:7m S • na cn. 'a��n��E �Reaamea3a^;RRRO a"a P^R3a o »«». awi nnn4p cuEv % e W •�W Oay. Q ~LL w i5 R 3f R $ b o w R W aV R O a _ f V . W a m -o „a )a ^ P N - F ^ 'Li- - R R 0 > N ry J W w M W ¢ ^ P 00 00M1t'rvl IP0 0 V z $c O W as V. W Ja -1- >O w m m 0P,. PP ry rvmN rvN^1 cog ¢>W o N 0 J F W O a Wxa z < a. ow 2 mm P — o O W W W LL f LL W N w w o -CCtae.wC N P 0 0 m m P P N N m S W1 ^P rvPfl N� -neqC. NNNN a, C Q Q f 1V P. N ^ m r J W o< zWon �Oowc to _a ¢Omwm m Ou Tsa Wuca6 O w < W xww�c_ �i>Fz wwz ¢crx.: J z≤w �o ���06O nO y� <=Ww WW N O 0 0 UJ OOOdd W -w ¢ In 0 Z ¢W mOhoo t F O 0¢W W W J 6 W W W W W W W ] 0 0JJPnmmomrmm wiv"ivN �rvP.•'n '.1 •'L$ N n^N�pgy3 o n+pZ^ay p ws R NN p nn r�oSB� J V AN1� J xN0 D WJ ESN NO WJ ON P^NPN » O N» Fp » W O WF QS. » —»^ y 4 W 4 W • py WN ^ o^•o i7, or FW z n ^ U Ey = ^ cu Ew yjz ^14U• E LV ypjZ P^C�£V Eu W �,. dpi TM W®.QTR W a c3. f %n o n9. t 95 o nr+f ]+f W ftmwods W •eWFn� pWto +eWF6P p +=WF60 -E y o y E $ o E Y o £ Y o . L •_ �i = ZW z 2 W $ G 2 w W ow W W •. 9w U W U LL LL LL 0" J J N QUQ a 0.., 0a , QQ a q W� W� W� W� ibm J J J J F f i i Ug U8 U8 Ug NN W< W� Wf w4 n^ n^ 6^ n N N w w N w z z ? z oi$ Jg ZdN u)a� ^ VE^ w a 88gw$ zKr KKn O V UN nQt. wU» C 6 0-' y))y18 wog yy0 W > O Ii ^ ^ W K CN J J 7 J P W r w W Q N N n n Z 0 n 8 W g <W a W a w Q W q z Oa O or UO ON W q Q N n N N p O O '1 j U W 8 Q W Q W f O QO o^ o^ Wo^ UUN —cD0- ace pag U8 . U6g o W Y o k O O O o z Q Q Q Q Q a ~oLL Ug Ug w2o Wz .o i� i' Zr-zz^ TJ U U (�U 5O �• weW W z F =F Q WW F F Y w Y FW �Wp W N W ry 2 M W Z N N n 0 O' r O� m z z y= y= W W W W f 28 28 w=8 Wy=8 Wa ^ N nlfl 0a �+ Y 2 o Og 0J1 0 O OFg Og W W o W p p p p z = OX o F 6 6 2 2 g o W U0 04 F YO m FO rFw w z f N 4=_ i a 0. y w e z z a o0 O UUV ZWN =. J ^ N K W a -z 6 o % OQ w xa N 2 ,o a <Oza2 I-5 �' 4cWW4 QQ <2. a I -o d' a� O W W x o m J R sOTry Ona n r < V Q w r O w O r W aU^CUEu % OMp6O W eWyrT fli L LL 2 w 0 W O U w. z w8 Cry ^ >8 ^ iLlm a. C$ wa 0 W 8 M1 0 W � O z U $ 2d x^ U U "U I0 zw a c XI - C O$ Ue W z F C W oz YY H z 0 U J Z z 0 U ry r� ^a SS Re4 w e(ri w - _: o .o• low n J � O r$ U . z z )3 F ry ^ w8 6n O$ m nGG CO U. -- O W8 `o^ o^$ W O z u$ 2e r— so- W "U W I0 ry 2 p V^ W $ yC M o$ w� 6 • O W O W_ APPENDIX B Salary Ranges Drake Field, Fayetteville Municipal Airport CATEGORY Principal Engineer / Project Director Project Manager Project Engineer Registered Surveyor Computer Technician Engineering Technician Service Engineer Technician Survey Crew (2 man) Clerical Support CADD Draftsman 1 CADD Draftsman 2 CADD Draftsman 3 Soils Lab Supervisor Soils Technician II Soils Technician I HOURLY RATE RANGE $40 to $45 $25 to $33 $18 to $26 $14 to $18 $17 to $21 $12 to $18 $15 to $20 $18 to $23 $9 to $14 $15 to $20 $10 to $16 $8 to $12 $12 to $15 $8 to $12 $6 to $8 J:\99\99164J:\99\99164\Appendix B Salary Rates TOSRdoc APPENDIX "C" TASK ORDER NO. 5 GEOTECHNICAL INVESTIGATION EAST SIDE ENGINE OVERHAUL SHOP DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT ITEM NO. ITEM DESCRIPTION QUANTITY UNITS UNIT PRICE EXTENDED 1 MOBILIZATION 1 LS $75.00 $75.00 4 BORING SETUP CHARGES 3 EA $25.00 $75.00 5 BORING LAYOUT 1 HR $60.00 $60.00 6 SOIL DRILLING AND SAMPLING 30 LF $10.00 $300.00 7 MOISTURE TESTS 6 EA $8.00 $48.00 8 AlERBERG LIMITS TESTS 6 EA $45.00 $270.00 9 GRADATIONS (5 SIEVE) 6 EA $30.00 $180.00 10 DRY UNIT WEIGHT TESTS 6 EA $8.00 $48.00 12 GEOTECHNICAL EVALUATION 3 HR $95.00 $285.00 13 BORING PLOT PLAN & LOG, CADO OPER. 2 HR $40.00 $80.00 TOTAL $1,421.00 • • APPENDIX "D" TASK ORDER NO. 5 CONSTRUCTION MATERIALS TESTING EAST SIDE ENGINE OVERHAUL SHOP DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT ITEM NO. DESCRIPTION QUANTITY UNIT PRICE EXTENDED 1 SOILS TESTING 16 HR $30.00 $480.00 2 BASE TESTING 16 HR $30.00 $480.00 3 CONCRETE TESTING 16 HR $30.00 $480.00 4 ASPHALT CORING 4 HR $60.00 $240.00 5 ASPHALT TESTING 6 EA $20.00 $120.00 6 REPORT PREPARATION 12 HR $30.00 $360.00 TOTAL $2,160.00 Exhibit "E" • Task Order No. 6 TASK ORDER NO. 6 EAST SIDE CORPORATE HANGARS (4 TOTAL) STATE OF ARKANSAS COUNTY OF WASHINGTON This Task Order is written pursuant to the basic agreement entitled CITY OF FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, executed on March 7, 2000. The referenced basic agreement pertains to proposed improvements to Drake Field, Fayetteville's Municipal Airport. This Task Order entered into and executed on the date indicated below the signature block, by and between the City of Fayetteville (OWNER) and McClelland Consulting Engineers (ENGINEER) sets forth the project description, project schedule, and engineering fees related to new hangar construction, Drake Field. SECTION I - PROJECT DESCRIPTION Four (4) corporate hangars are to be designed for the eastern side of the runway. They are to be located along the eastern side of the existing general aviation aircraft apron (to be extended eastward under a separate project), starting with the northern end of that site. Each hangar is to be approximately 50' x 50' and equipped with a plumbing stub -up (for the tenant's use in the future installation of a restroom, breakroom, etc.). Also included under this scope of work is the design of landside access to these four hangars. m k F Cr G r. R n J:l99tfg1611TO6.Wp0:�m 01 S The project is to include: A. Hangar design using prefabricated metal components. B. Reinforced concrete foundations. C. Interior electrical lighting and receptacles. D. Electrical grounding system. E. Exterior, building -mounted electrical lighting. F. Storm drainage and paving plans to integrate the new hangars into the overall landside and airside paving schemes . Specifically excluded from the project scope: Storm Water Pollution Prevention Plan (as currently planned, less than a 5 -acre area is to be disturbed); and airside paving design. SECTION II - PROJECT SCHEDULE From the time the OWNER issues the Notice To Proceed to the ENGINEER, the project will be executed within the following time periods: Surveying: 30 calendar days Preliminary Design (35%): 30 calendar days Design Development (65%): 65 calendar days Final Design (95%): 95 calendar days Submittal to City (100%): 125 calendar days 2 J?99,99l64VmE.vpd:frm 4 0 SECTION III - SCOPE OF SERVICES The ENGINEER shall provide those services listed in the basic agreement which are applicable to this specific Task Order. Specifically included are: A. Construction staking of building corners. B. Air spacing submittals to FAA. SECTION IV - FEES AND PAYMENTS A. Title I Services (Engineering Planning and Design Services Preceding Construction). The ENGINEER shall provide, as hereafter enumerated, geotechnical investigation, surveying, design, bidding, and air spacing services for a total not -to -exceed fee of $24,427 including a total fixed payment of $3,070. 1. Surveying and Design Phase Services: 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 178% of direct labor costs, plus direct reimbursable expenses associated with the 3 J19fl91N%TOE.wOE:JM project, plus a fixed payment which are payable as follows: a) Surveying and Design phase services costs not to exceed: $ 19,802. b) Fixed payment for Surveying and Design phase services: $ 2,970. c) Engineering contract amount for Surveying and Design phase services not to exceed: $ 22,772. The basis of this upper limit and justification for the fee is contained in Appendix 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 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. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for the Surveying and Design phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the Surveying and Design phase services. 0 J: 99199t64IT06 wPd:Ir 0 2. Geotechnical Investigation Phase Services: For Geotechnical Investigation phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment, which are as follows: a) Geotechnical phase services costs not to exceed: $ 975. b) Fixed payment for Geotechnical phase services: $ 13. c) Engineering contract amount for Geotechnical phase services not to exceed: The basis of this upper limit and justification for the fee is contained in Appendix 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 the services to be performed by the ENGINEER and such modification warrants such adjustment. Appendices B and C cover the classifications of personnel and the salary rates for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for geotechnical phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the 5 JJ,,Ipe\991 M1TO S.wpd:Jm geotechnical phase of the project. 3. Bidding Phase Services: For Bidding phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment, which are as follows: a) Bidding phase services costs not to exceed: $ 334. b) Fixed payment for Bidding phase services: $ 50. c) Engineering contract amount for Bidding phase services not to exceed: The basis of this upper limit and justification for the fee is contained in Appendix A attached hereto. The fee has been based upon bidding the project one time under a single contract section. 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 the services to be performed by the ENGINEER and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Bidding phase services shall be made upon the OWNER's 6 J.D 164TOS.wpd:Jm • 0 approval and acceptance with the satisfactory completion of the Bidding phase of the project. 4. Air Spacing Application Services: For Air Spacing Application phase services, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment which are as follows: a. Air spacing phase services costs not to exceed: $ 246. b. Fixed payment for air spacing phase services: $ 37. c. Engineering Contract amount for air spacing phase services not to exceed: $ 283. The basis of this upper limit and justification for the fee is contained in Appendix 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 and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Funding Application phase services shall be made upon the 7 J:WM1M1TOB.wpd:lm 0 OWNER's approval and acceptance of the air spacing phase documents. B. Title II Services (Construction Phase Services): The ENGINEER shall provide, as hereafter enumerated individually, construction phase services for a total not -to -exceed cost of $15,182, including a total fixed payment of $1,980. 1. Construction Administration and Inspection Phase Services: For Construction Administration and Inspection phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment which are as follows: a) Construction Administration and Inspection phase services costs not to exceed: $ 10,808. b) Fixed payment for Construction Administration and Inspection phase services: $ 1,621. c) Engineering contract amount for Construction Administration and Inspection phase services not to exceed: $ 12,429. 0 J:W9',991G4 TOE.rptr.Jm • 0 The basis of this upper limit and justification for the fee is contained in Appendix A attached hereto (the Construction Inspection portion of the fee has been based upon providing an average of 1.5 hrs/day of on -site inspection during an assumed construction period of 180 calendar days). Adjustment of the upper limit of the ENGINEER's fee may be made should the ENGINEER establish and the OWNER agree that there has been or is to be a significant change in effort, scope, complexity or character of the services to be performed and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Construction Administration and Inspection phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the Construction phase of the project. 2. Construction Staking Services: For Construction Staking services, the ENGINEER shall establish building corners, a baseline, and a benchmark for vertical control. This construction staking is to be performed by the ENGINEER one time only, with additional staking to be the responsibility of the Contractor. For this work, the -OWNER shall pay the ENGINEER on the basis of actual salary cost for work -time directly connected with construction staking, plus payroll additives and general overhead costs of 178% of direct labor costs, plus direct 9 J198199164 TO6, W Pd:lm • C1 reimbursable expenses, plus a fixed payment payable as follows: a) Construction Staking costs not to exceed: $ 431. b) Fixed payment for Construction Staking: $ 65. c) Engineering contract amount for Construction Staking services not to exceed: The basis of this upper limit and justification for the fee is contained in Appendix A attached. Adjustment of the upper limit of the ENGINEER's fee may be made should the ENGINEER establish and the OWNER agree that there has been or is to be a significant change in effort, scope, complexity or character of the services to be performed and such modification warrants such adjustment. Appendix B covers the classification of personnel and the salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for Construction Staking service shall be made upon the OWNER's approval and acceptance of the satisfactory completion of the Construction Staking phase of the project. 3. Construction Materials Testing Phase Services: For construction materials testing phase services rendered by the ENGINEER, the to J:V)Y1 lY %TO9.rpp:lm I OWNER shall pay the ENGINEER on the basis of salary costs for work -time directly connected with the project, plus payroll additives and general overhead costs of 178% of direct labor costs (plus direct reimbursable expenses associated with the project), plus a fixed payment, which are as follows: a) Materials testing phase services costs not to exceed: $ 1,963. b) Fixed payment for materials testing phase services: $ 294. c) Engineering contract amount for materials testing phase services not to exceed: $ 2,257. The basis of this upper limit and justification for the fee is contained in Appendix 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 the services to be performed by the ENGINEER and such modification warrants such adjustment. Appendices B and D cover the classifications of personnel and the salary rates for all personnel anticipated to be assigned to this project by the ENGINEER. Final payment for materials testing phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the materials testing phase of the project. J:fl99l84 TOS.wpC:jm SECTION V - BASIC AGREEMENT IN EFFECT: Except as amended specifically herein, the basic AGREEMENT FOR ENGINEERING SERVICES shall remain in full force as originally approved and executed. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly executed as of the date and year first herein written. FOR THE CITY OF FAYETTEVILLE: By: Mayor Date: FOR McCLELLAND CONSULTING ENGINEERS, INC By: T'J e C o President Date: _II/LZ(v4 Attest: 12 J:1aTsaI64\TOe.+'pd:Im q3_ m m m pp y _ _r m 0 \ Y + m J m N N+ O m N\ '+ T m m D AVOOC OOOO Z C O O O O O O a m CmmZ< S tmmm m m m m mvcmmfl1mmmmrT1n1mrCX0CC z ��� ;r -C rZZ � °c-4iOO pOOo 6M D m Z p O O O 0 000 m m m « C<CCC<« Z ≤ m >mmm mmm �+ Nm m mm m> z y m D +ctow y m y ym:. :_ m o T r: r r r r r r r D P OOti < T.. .... cacao�<tiOm aDxC0rK m -:z yC�-1� m€ > =tiz>< mwrilm >SAn>tia MID rzO �jL n zxZSS Sm QKp s -. ,c ti y N w > m>' £> a00 m a T Z M > sa m a a a 0 O Mwo rA(1 ra5 y�> ZCSCx ZS y m 3 a p N y Z O Z fay m Z p m Z a m C Z O > .o y Z., A 'a N > w y O O 0 _ a a D O a Z O t m y A -i_0 D P C >02: Z y N D y➢2 ° r may€ LAa. e"n • O m \ 0 0 0 f w 0 N p y on A pr+ N N N r+ N+ N N N r N + N \ N +' r m + �J P y N+ + + V\ H m> m N \ N+ m N y y U N N P 2 O yy w ^' m D Cl) my T _y an r O p s \ \ i on, y 'In y <A> > Z yy'OyXmaa O mo=m \ r y A m x p y r 0 Cz O 0 D a :gal O N+ y+ p m N Y N N T P A 'j w A 9 m m N f y m m >0 Z^ N \ mNm \\ .7mI 9r C) m s` m N - m c + r m O w m F V++ g N m a z m O � 0 O m R m b m m 22z -3^ o aow G� X . a ''�O'J�1pNNN IIi O N O Z CA- - m H w w OFT N N O Y+ sV + P y yp D " J S w w V\ S N J N P w i N O P Y V V N 0 O J I. r N O M V 0 M m e co o N g�o N mN ".. O N ;u Om mFDA loxmw 9 O VazooD z>oi rs = 's: m > O >O Z y G7 0— m m z 04 z a_o ooW 0 n N o0 " R3 o" R3^ Z Ra mO� 1t14! mx O 0 9 0� p 9 mN O O 9 O H p w J� D 9 O M p 9p 1�_a Vp 1�Ga o m '1114 1CMe n m a m n •ogi o z •:o.+o z �a:� .!g ez m� n?�i s� MW G�.�.i s� m m m Oni On, O Y M YO M a M D PSPpV pYO r Wt M1YJ+ r ypY M+ r OMO M + OOP P N 0 Y V + POP 0 ^ S Y 0 0 Y P P V S m o km x mm T T-4 O pm.v y D m DOzm mxm 3ioOD 3>ai (j z m >: so z pr m m m z 0 99�e " T 3 S-.; c8�m. Tca' YT°.S 903_n. Zn n ^Va-. -'1 I Ir • 0 APPENDIX B Salary Ranges Drake Field, Fayetteville Municipal Airport CATEGORY Principal Engineer / Project Director Project Manager Project Engineer Registered Surveyor Computer Technician Engineering Technician Service Engineer Technician Survey Crew (2 man) Clerical Support CADD Draftsman 1 CADD Draftsman 2 CADD Draftsman 3 Soils Lab Supervisor Soils Technician 1I Soils Technician I HOURLY RATE RANGE $40 to $45 $25 to $33 $18 to $26 $14 to $18 $17 to $21 $12 to $18 $15 to $20 $18 to $23 $9 to $14 $15 to $20 $10 to $16 $8 to $12 $12 to $15 $8 to $12 $6 to $8 J:\99\99164J:\99\99164\Appendix B Salary Rates TOBRdoc f APPENDIX "C" TASK ORDER NO. 6 GEOTECHNICAL INVESTIGATION EAST SIDE ENGINE CORPORATE HANGARS (4 TOTAL) DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT ITEM NO. ITEM DESCRIPTION QUANTITY UNITS UNIT PRICE EXTENDED 1 MOBILIZATION 1 LS $75.00 $75.00 4 BORING SETUP CHARGES 3 EA $25.00 $75.00 5 BORING LAYOUT 1 HR $60.00 $60.00 6 SOIL DRILLING AND SAMPLING 20 LF $10.00 $200.00 7 MOISTURE TESTS 3 EA $8.00 $24.00 B ATTERBERG LIMITS TESTS 3 EA $45.00 $135.00 9 GRADATIONS (5 SIEVE) 3 EA $30.00 $90.00 10 DRY UNIT WEIGHT TESTS 3 EA $8.00 $24.00 12 GEOTECHNICAL EVALUATION 1.5 HR $95.00 $142.50 13 BORING PLOT PLAN & LOG. CADD OPER. 1.5 HR $40.00 $60.00 TOTAL $885.50 H . . APPENDIX "D" TASK ORDER NO. 6 CONSTRUCTION MATERIALS TESTING EAST SIDE CORPORATE HANGARS (4 TOTAL) DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT ITEM NO. DESCRIPTION QUANTITY UNIT PRICE EXTENDED 1 SOILS TESTING 12 HR $30.00 $360.00 2 BASE TESTING 12 HR $30.00 $360.00 3 CONCRETE TESTING 16 HR $30.00 $480.00 4 ASPHALT CORING 4 HR $60.00 $240.00 5 ASPHALT TESTING 6 EA $20.00 $120.00 6 REPORT PREPARATION 10 HR $30.00 $300.00 TOTAL $1,860.00 City of Fayetteville, Arkansas Budget Adjustment Form Exhibit "F" Budget Adjustment Budget Year Department: General Government Date Requested 2000 Division: Airport 11/29/2000 Program: Capital Expenditures Project or Item Requested: Additional Funding is requested for professional services. Justification of this Increase: These engineering costs were not previously budgeted because of the uncertainty of the size and time of the need for the construction. A time has come that the airport needs to move forward on these projects to provide for the growth for additional corporate facilities and hangars on Drake Field. Account Name Professional Services Account Name Use of fund balance Approval Signatures Adjustment # Project or Item Deleted: 'one. Use of fund balance is proposed for this adjustment. Justification of this Decrease: Sufficient cash and investments exist in Airport to fund this .equest and comply with City policy. Increase Expense (Decrease Revenue) Amount Account Number Project Number 143,664 5550 3960 5314 00 98054 1 Decrease Expense (Increase Revenue) Amount Account Number Project Number 143,664 5550 0955 4999 99 Requested By Date 4/4 r "I t-i/o0 udget anager D to Budget Office Use Only Type: A B C E Date of Approval Dat Posted to General Ledger tZ M a a Dat Posted to Project Accounting Date Entered in Category Log _ Blue Copy: Budget & Research / Yellow Copy: Requester ,'�. FAY ETTESILLE • AIRPORT DEPARTMENT THE CITY OF FAYETTEVILLE, ARKANSAS TO: CITY COUNCIL THRU: FRED HANNA, MAYOR FROM: ALETT LITTLE, ECONOMIC DEVELOPMENT DIRECTOR DATE: NOVEMBER 22, 2000 SUBJECT: ITEM FOR DECEMBER 19, 2000 CITY COUNCIL MEETING On March 7, 2000, the Fayetteville City Council approved an engineering contract with McClelland Consulting Engineers for multiple capital improvement projects scheduled for Drake Field. The contract was for one year with two one-year extensions. Task Order #1 and #2 to the engineering contract have already been approved, the engineering services have been completed, and construction is in progress. Task Order #1 was for engineering and construction observation for the extension of Ernest Lancaster Drive. Task Order #2 was for engineering and construction observation for two T -hangars. The projects listed below are consistent with the Airport's Twenty Year Master Plan. The Airport Board will meet on December 7t° for consideration ofthis request. Their recommendation will be included in the request to the City Council. Action Requested: City Council's approval of the following list and the associated Budget Adjustment: * An amendment to McClelland's engineering contract to extend the contract for one year. * Task Order #3 will give approval to proceed with the engineering for the Large Scale Development Plan for Drake Field at a Not To Exceed price of $15,000. * Task Order #4 will give approval for the engineering and construction observation of an 80' x 80' corporate aircraft hangar at a Not To Exceed price of $30,370. * Task Order #5 will give approval for the engineering and construction observation of an 17,000 sq. ft. facility at a Not To Exceed price of $83,896. * Task Order #6 will give approval for the engineering and construction observation of four 50' x 50' corporate hangars at a Not to Exceed price of $39,606. Staff Recommendation: Recommends approval of contract amendment, associated Budget Adjustment, and Task Orders #3 through #6. These projects will provide the engineering to move forward with identified projects at Drake Field which will create new rental facilities for aviation related businesses and move the Airport towards becoming a premier general aviation airport. Two possible tenants have been already been identified and are waiting for a completed facility. Attachments: Amendment to the Engineering Contract Budget Adjustment Task Orders #3 through #6 4500 SOUTH SCHOOL AVENUE. SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701 PHONE 501-718-7640 Ext.5 • FAX 501-718-7646 STAFF REVIEW FORM X AGENDA REQUEST Amendment to McClelland's X CONTRACT REVIEW Engineering contract, Task Orders GRANT REVIEW #3, 4, 5, and 6, & Budget Adjustment For the Fayetteville City Council meeting of December 19. 2000 FROM: Alett Little Airport Economic Development Name Division Department ACTION REQUIRED: Request approval of the following: An Amendment to the engineering contract with McClelland Consulting Engineers to extend the contract an additional year; Task Orders #3, #4, #5 and #6; and the associated Budget Adjustment in the amount of $143,664.00. See the memo to the City Council for explanation of the engineering costs and a description of proposed engineering projects. The engineering fees will not be expended unless the individual Task Orders are initiated. Approval of this request will cause less delays in beginning the projects. All projects requested were identified in the Airport's Master Plan and in the original engineering contract with McClelland's. Please return a copy to the Airport. COST TO CITY $ 168.872.00 Cost of this Request 5550-3960-5314.00 Account Number #98054 Project Number 121.966.00 Category/Project Budget $ 96,758.00 Funds used to date $ 25.208.00 Remaining Balance Professional Services Category/Project Name Fixed Assets Program Name Airnort Fund Budgeted Item X Budget Adjustment Attached Date Administrative Services Dir. Date Date Internal GRANTING AGENCY Cit� Morney 9 Date ADA Coordinator Date Il- rocs Purchasing Officer Date Grants Coordinator Date STAFF RECOMMENDATION: Airport Board and Economic Development staff recommend approval. ivi i n Head Date Cross Reference gkrtieient Jjjector C Dat New Item: es No I b D Prev. Or es#: as-oO A i ati vices Director Da e j,Orig Cont. Date: 3-7- co _� Orig Cont #: '7 '7 Mavof Date I STAFF REVIEW FORM Page 2 Description: Meeting Date: December 19, 2000 Amendment to engineering contract with McClelland Engineers, four Task Orders, and associated Budget Adjustment Comments: Budget Manager Accounting Manager City Attorney Purchasing Officer Internal Auditor ADA Coordinator Grants Coordinator Reference Comments: Reference Comments: Reference Comments: Reference Comments: Reference Comments Reference Comments: Reference Comments: FAYETTEV?LLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Alett Little, Economic Development From: Heather Woodruff, City Clerk Date: January 3, 2001 Attached is a copy of the resolution and amendment no. I to the agreement with McClelland Consulting Engineering for engineering services for Drake Field and Task Orders 3 thru 6. I am also returning two originals of each for you to distribute. The originals will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Audit jr • • jZe X 65/-'c 1/42 /o/ / 3/k STAFF REVIEW FORM m �(e i/7aC id _ AGENDA REQUEST MICROFILMED X CONTRACT REVIEW 80 x 80 Corp Hanger GRANT REVIEW For the Fayetteville City Council meeting of N/A FROM: Alett Little Name Airport Division ACTION REQUIRED: Mayor's sigiature - 3 originals COST TO CITY: Cost of this Request 5550-3960-5314.00 Account Number 98054-01 Project Number 1--.TV. �.. i Purchasing Officer 271.749 Category/Project Budget $ 201.749 Funds used to date $ 70.000 Remaining Balance A' Budgeted Item Administrative Services Director LEVIEW: /`, 3// 9/a/ Date 3/(9(01 DaStFl9 b I Date General Government Department Category/Project Name Sales Tax Cap Improv Program Name Airport Fund GRANTING AGENCY: Budget Adjustment ADA Coordinator Date (!le (o i Internal A4tor Date STAFF RECOMMENDATION: Staff recommends approval Date Cross Reference A.I(0•OI Dat New Item: Yes No Prev Ord/Res#: Dag Orig Cont. Date: am/,g/0L Date El STAFF REVIEW FORM Description: Meeting Date: N/A Comments: Budget Coordinator Reference Comments: Accounting Manager Reference Comments: City Attorney Reference Comments: Purchasing Officer Reference Comments: ADA Coordinator Reference Comments: Internal Auditor Reference Comments: FAYETTEVILLE • THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Dan Coody, Mayor FROM: Alett Little, Airport Manager / Economic Development Coordinator( THRU: Staff Review Committee DATE: March 14, 2001 SUBJECT: Contract #747, Task Order #4, 80 X 80 Corporate Hangar - Change Order #1, McClelland Engineering Background: Task Order #4 is for structural engineering services related to the future construction of an 80x80 hangar at the location of the old fuel farm located at 4200 S School at Drake Field. This large sized hangar is planned for lease to a corporate client. Purpose: The fuel tanks at the site were removed in the early 1980's. This Change Order will add geotechnical investigation of site contamination from the old fuel farm, for the purpose of determining any adverse environmental conditions of the site. Budget Considerations: Budgeted funds are available for this Change Order. Staff Recommendation: Airport staff recommends approval of the Change Order and amendment to the contract with McClelland Engineering. AL/jn Attachments a.., McClelland Consultinogineers, Inc. To Serve P.O. Box 1229 1810 No College Ave. FAYETTEVILLE, ARKANSAS 72702 Phone (501) 443.4271 443.2377 TO WtfrAck. , Ar— GENTLEMEN: WE ARE SENDING YOU ❑ Shop drawings ❑ Copy of letter [L(EUV1EAk1F URUZAUfl EL ❑ Attached ❑ Under separate cover via ❑ Prints 0 Plans ❑ Change order 0 the following items: 0 Samples 0 Specifications COPIES DATE NO. DESCRIPTION THESE ARE TRANSMITTED as checked below: For approval ❑ Approved as submitted ❑ For your use ❑ Approved as noted s requested ❑ Returned for corrections ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 REMARKS ❑ Resubmit copies for approval ❑ Submit copies for distribution ❑ Return corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US COPY SIGNED: if enclosures are not as noted, kindly notify ♦y.✓! • 2 w AMENDMENT NO. I TO TASK ORDER NO. 4 WEST SIDE HANGAR OLD FUEL FARM SITE STATE OF ARKANSAS COUNTY OF WASHINGTON Task Order No. 4 to the basic agreement entitled CITY OF FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, is hereby amended. The referenced basic agreement pertains to proposed improvements to Drake Field, Fayetteville's Municipal Airport. This Amendment entered into and executed this day of 2001, by and between the City of Fayetteville (OWNER) and McClelland Consulting Engineers (ENGINEER) amends the project description to include field sampling and evaluation of data to prepare a Phase II Environmental Site Assessment (ESA) of the subject site. SECTION I - PROJECT DESCRIPTION Because the project site was previously occupied by underground fuel storage tanks, there is a need to ascertain whether environmental mitigation is necessary prior to constructing the proposed hangar. Attachment A describes the proposed ESA work. SECTION III - SCOPE OF SERVICES Attachment A to this Amendment sets forth the specific tasks included in the scope of work. J:2001/0121031Ammendment No. 1 /Amend.doc 7 . SECTION IV - FEES AND PAYMENTS Attachment A to this Amendment establishes the fees for this contract amendment. SECTION IV - BASIC AGREEMENT IN EFFECT: Except as amended specifically herein, the basic AGREEMENT FOR ENGINEERING SERVICES and Task Order No. 4 shall remain in full force as originally approved and executed. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly executed as of the date and year first herein written. FOR THE CITY OF FAYETTEVILLE: By: S( (J Attest: Mayor Date: _,0 FOR McCLELLAND CONSULTING ENGINEERS, INC.: By: President Date: 51+x 10I Attest: J:2001/012103/Pmmen enl No. 1/Pmend.doc S"ATTACHMENT A" McCLELLAND P.O. Box 1229 MCECONSULTING Fayetteville, Arkansas 72443-]377 501-4a3-2377 ors,cHfo rO SfRvf FNtINFFR.S. INC_ FAX 501-443-9241 March 2, 2001 Ms. Alett Little Airport Manager City of Fayetteville 113 West Mountain Fayetteville, AR 72701 RE: Proposal for Environmental Investigation Drake Field Fuel Farm Dear Ms. Little: We are pleased to submit this Proposal to you to perform an Environmental Investigation on the old Drake Field Fuel Farm located in Fayetteville, AR. The investigation will not be performed as a "full blown" Phase I/Phase It Site Assessment. The purpose of the investigation is to determine if contaminants from the old fuel farm have migrated into the subsurface of the former fuel farm site or the surrounding property downstream (east). The subject property was formerly used as the Drake Field Fuel Farm and contained underground fuel storage tanks. The tanks were removed in approximately 1982. This investigation will include sampling and analysis of soils and water (if encountered in the drill holes) on the subject site and east of the subject site near the apron. All drilling, sampling and analysis of soils and water will be performed in accordance with ASTM Practice E 1903-97 published by the American Society for Testing and Materials and all pertinent EPA Methods and Standards. SCOPE OF WORK The contracted scope of work will include the following tasks: ♦ Conduct a site visit to observe the current site conditions. ♦ Analyze soil and water samples from borings to search for possible subsurface contamination from areas where past use indicates that hazardous substances may have been involved (See attached Scope and Fee schedule). Please note that water samples may not be available from the proposed borings. In this event, you will only be charged for the analysis of the water samples that are actually taken. Y • • Ms. Alett Little March 2, 2001 City of Fayetteville Page ................2 Please note that the investigation may reveal that other areas not included in this Proposal may require analysis. The costs for drilling and analyzing such areas will be additional. ♦ Prepare and distribute a written report summarizing our observations, findings and conclusions. Our proposed schedule is to begin work upon your written authorization to proceed and to be concluded within 21 calender days. We propose to bill you on an hourly basis for the above scope of work in accordance with the attached fee schedule for a sum not to exceed $ 4,140.00. The fee would become payable upon submittal of the report to you. Thank you for the opportunity to submit this Proposal. If you find this Proposal acceptable, please sign and date in the space provided below and return a copy to this office. Please feel free to call me if you have any questions. Sincerely, McCLELLAND CONSULTING ENGINEERS, INC. Carole ones, E. I. Project Manager Enclosure: Geotechnical Investigation Scope and Fee Schedule McClelland Consulting Engineers, Inc. is authorized to proceed in accordance with the foregoing Letter of Proposal. Signature Title Date MCECONSULTINGMcCLELLAND ore,cNeo ro SERVE ENGINEERS, INC P.O. Box 1229 Fayetteville, Arkansas 72702.1229 501-443-2377 FAX 501-443-9241 GEOTECHNICAL INVESTIGATION SCOPE AND FEE SCHEDULE for DRAKE FIELD FUEL FARM FAYETTEVILLE,ARKANSAS March 2, 2001 Item No. Item Description / ASTM Designation I Quantity Units Unit Price j Extended 1 Equipment Mobilization and Demobilization 1 LS $40.00 $40.00 Subtotal $40.00 2 Boring Setup Charges 4 EA $25.00 $100.00 Boring Layout 2 HR $60.00 $120.00 Project Engineer (Planning and On -Site Attendance) 12 HR $65.00 $780.00 Subtotal $1,000.00 3 Soil Drilling and Sampling, ASTM D-1586 & ASTM D-1587 Soil Drilling (4 Borings - 18 feet max.) 72 LF $9.00 $648.00 Subtotal $648.00 4 Sample Analyses Soil samples (BTEX/TPH Volatile and Extractable) 8 EA $90.00 $720.00 Water samples (BTEX/TPH Volatile and Extractable) 8 EA $90.00 $720.00 Subtotal $1,440.00 5 Geotechnical Engineering Report and Recommendations Engineering Supervision (Project Manager) 2 HR $95.00 $190.00 Presentation of Results (Project Engineer) 6 HR $65.00 $390.00 Boring Plot Plan & Log Preparation (Draftsman) 8 HR $50.00 $400.00 Report Preparation (Clerical) 1 HR $30.00 $30.00 Subtotal $1,010.00 ESTIMATED GEOTECHNICAL INVESTIGATION AND ENGINEERING $4,138.00 QUOTE Not to Exceed $4,140.00 SUBMITTED BY: CAROLE/JONES, E.I. Project Manager FAYETTEVIItLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE To: Alett Little, Economic Development From: Heather Woodruff, City Clerk Date: March 21, 2001 Attached is a copy of the completed staff review form and signed change order no. I for the engineering contract with McClelland Engineering for Task Order No. 4. I am also returning two originals to you. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Audit • Li s� s RESOLUTION NO. 164-00 A RESOLUTION APPROVING AN AMENDMENT NO. I TO THE AGREEMENT FOR ENGINEERING SERVICES * FOR DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT WITH MCCLELLAND CONSULTING ENGINEERS, INC.; APPROVING TASK ORDER NOS. 3, 4, 5 AND 6; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves Amendment No. Ito the Agreement for Engineering Services for Drake Field, Fayetteville Municipal Airport, extending the contract expiration to March 7, 2002; and authorizing the Mayor and City Clerk to execute said agreement. A copy of the agreement amendment is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves Task Order Nos. 3, 4, 5 and 6; and authorizes the Mayor and City Clerk to execute said task orders. A copy of the task orders are attached hereto marked Exhibit "B", "C", "D" and "E" and made a part hereof. Section 3. The Council also approves a budget adjustment in the amount of$143,664 increasing Professional Services, Acct. No. 5550 3960 53 14 00, Project No. 98054 1 by decreasing Use of Fund Balance, Acct. No. 5550 0955 4999 99. A copy of the budget adjustment is attached marked Exhibit "F" and made a part hereof. PASSED AND APPROVED this 19th day of December , 2000. • Y APPROVED• By: 14;'V / b ed Hanna, Mayor