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