Loading...
HomeMy WebLinkAbout25-00 RESOLUTIONmm- • RESOLUTION NO. 25-00 MICROFILMED A RESOLUTION APPROVING AN ENGINEERING SERVICES AGREEMENT WITH MCCLELLAND CONSULTING ENGINEERS, INC., FOR A TERM OF ONE YEAR, EXTENDABLE BY AMENDMENT NOT TO EXCEED THREE YEARS, FOR ENGINEERING SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM PROJECTS AT THE AIRPORT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1. That`the City Council hereby approves an engineering services agreement with McClelland Consulting Engineers, Inc., for a term of one year, extendable by amendment not to exceed three years, for engineering services for the capital improvement program projects at the airport; and authorizes the Mayor and City Clerk to execute said agreement. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 7" day of March , 2000. APPROVED. By: ATTEST: By: Heath/ oodruff, City Ciefk Hanna, Mayor NAME OF FILE: CROSS REFERENCE: Resolution No. 25-00 03/07/00 Resolution No. 25-00 03/07/00 Agreement for engineering seryices with McClelland Consulting Engineers. Inc. 03/07/00 Staff Review Form 02/10/00 Memo to Fayetteville City Council thru Mayor Hanna from Dale Frederick, Airport Manager 03/15/00 Memo to Dale Frederick, Airport Manager, from Heather Woodruff, City Clerk 03/21/00 Staff Review Form 03/16/00 Memo to Mayor Hanna from Dale Frederick, Airport Manager 03/20/00 Task Order No. 2 for engineering services with McClelland Consulting Engineers 03/28/00 Memo to Dale Frederick, Airport Manager, from Heather Woodruff, City Clerk 03/08/02 Task Order No. 11 (storm water pollution prevention plan and spill prevention control and countermeasure plan) engineering services with McClelland Consulting Engineers 02/12/02 Memo to Mayor Coody thru Staff Review Committee from Ray M. Boudreaux, Director of Airport 03/01/02 Letter of Transmittal to James Nicholson from McClelland Consulting Engineers, Inc. 03/08/02 Staff Review Form 03/20/02 Memo to Ray Boydreaux, Airport Manager, from Heather Woodruff, City Clerk 02/27/02' Memo to Ray Boudreaux, Airport, from Heather Woodruff, City Clerk 04/19/02 Staff Review Form 04/29/02 Task Order No. 12 (large scale development services / Fayetteville Municipal Airport) with McClelland Consulting Engineers, Inc. 04/10/02 Memo to Mayor Coody thru Staff Review Committee from Ray M. Boudreaux, Director of Airport • • 04/09/02 Letter to Ray Boudreaux, Airport Manager, from R. Wayne Jones, P. E. Vice President of McClelland Consulting Engineers, Inc. 05/22/02 Memo to Ray Boudreaux, Aviation & Economic Development Director, from Heather Woodruff, City Clerk NOTES: CITY OF FAYETTEVILLE EXHIBIT A AGREEMENT FOR ENGINEERING SERVICES STATE OF ARKANSAS COUNTY OF WASHINGTON This Agreement entered into and executed this /% day of `274'i r , 2000, by and between the City of Fayetteville acting by and through its Mayor hereinafter called the "OWNER" and McClelland Consulting Engineers, Inc. with offices in Fayetteville, Arkansas, hereinafter called the "ENGINEER", is intended to endure for a minimum period of one year from the time of its formal execution, extendable by contract amendment to not more than three years. WITNESSETH: Whereas, the OWNER is planning to effect improvements to Drake Field, Fayetteville's municipal airport; and Whereas the OWNER'S forces are fully employed on other urgent work that prevents their early assignment to the aforementioned work; and Whereas the ENGINEER'S staff is adequate and well qualified and it has been determined that its current work load will permit completion of the plans for the various projects on schedule; Now therefore, it is considered to be in the best public interest for the OWNER to obtain assistance of the ENGINEER'S organization in connection with said engineering services. In consideration of the faithful performance of each party of the mutual covenants and agreements set forth hereinafter, it is mutually agreed as follows: FY99164:ENGAGR.doc 00 • 1 SECTION I - EMPLOYMENT OF ENGINEER The OWNER agrees to employ the ENGINEER to perform, and the ENGINEER agrees to perform, professional engineering services in connection with the projects set forth in the Sections to follow; and the OWNER agrees to pay and the ENGINEER agrees to accept, as specified in the Sections to follow as full and final compensation for work accomplished in the specified time. SECTION II - DESCRIPTION OF THE PROJECTS The services provided by the ENGINEER are anticipated to include but not necessarily be limited to studies, investigations, reports, funding applications, design services, preparation of construction drawings and specifications, bidding services, and engineering services during construction related to: • Extension of Lancaster Drive. • Additional T -Hangar Unit Expansion(s). • Turf Runway. • T -Hangar Expansion (single engine). • Maintenance and Rehabilitation of Pavements. • East Side Parallel Taxiway. • Individual Hangar(s). • High Intensity Runway Lights. • Airfield Marking. • Corporate Hangar(s). These services, when requested by the OWNER, will be described in specific Task Orders FY99164:ENGAGR.doc 2 • • • to this AGREEMENT FOR ENGINEERING SERVICES. SECTION III — INFORMATION & SERVICES The OWNER will furnish any specifications, standards and other information which may relate to the project including GPS survey data. Aerial mapping data will be provided, free of charge, to the ENGINEER on magnetic media. SECTION IV - SERVICES TO BE FURNISHED BY THE ENGINEER The ENGINEER will provide the preliminary study, design, construction administration, and construction inspection services necessary to complete the following tasks under this Contract. A. Develop a schedule for each project upon the receipt of the notice to prepare a Task Order for each project. B. Attend preliminary conferences alone or with OWNER representative, local officials, State and Federal agencies, utility companies and others regarding the proposed project, its general design, functions and impact. C. Provide surveying, mapping, and related services as required to prepare Right-of- Way/Easement documents for the "OWNER'S" use in acquisition activities. D. Provide all field survey data from field work for designing the project and this shall be tied to the "OWNER'S" GPS control network. E Obtain, interpret and evaluate geotechnical data for pavement design and embankment stability. F. Conduct preliminary design and prepare preliminary construction limits, required right of way, ownership map, perform all needed stability analyses, design of detours where needed, and preparation of maintenance of traffic plans detailing FY99164•ENGAGR.doc 3 • • • needed signing and striping during construction, as well as for permanent application after the completion of street construction. G. Conduct final designs to prepare construction plans and specifications including final construction details and quantities, special provisions, cost estimates, make final field inspection with "OWNER", make any needed plan changes as a result of • the final field inspection and all other work required to advertise and receive bids. H. Furnish plans to all utility companies affected by the project and shall conduct a coordination meeting among all affected utility companies to enable them to develop utility agreements regarding any necessary utility relocations. I. Prepare Contract Documents (Plans, Specifications, and Estimates). These documents shall be in accordance with sound engineering principles. The ENGINEER shall coordinate closely with the FM's Airports Development Office to provide copies of the Plans and Specifications and cost estimates for review as required by the FAA. When projects are FAA -funded, detailed Specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 150/5370-10, or other appropriate standards approved for use by the FAA. The ENGINEER will obtain a specimen copy of the General Provisions and applicable prevailing wage rates from the FAA and the Arkansas Department of Labor for incorporation into the Specifications for the proposed project. J. Assist the OWNER in advertising, answering bid questions, receiving of bids on the various phases of work, evaluating bids received, recommending award of bids, and award of construction contracts. K. Establish benchmarks for elevation control and tie layout work to Fayetteville's GPS and provide centerline construction reference points/alignment at all PCs, PTs, and FY99164:ENGAGR.doc 4 • • i at 4 POTs for the proposed roadway. L. Provide construction administration during the construction process including attending pre -construction conferences, visiting the site at least once per month, reviewing Shop Drawings and samples, assisting with Change Orders, preparing monthly Contractor Pay Estimates, and preparing final "Record Drawings". M. Provide construction inspection on either a full time or an as needed basis during construction as required by each Task Order. The projects will be designed and constructed to meet local standards in accordance with the OWNER'S adopted criteria. Street designs shall be based on Standard Specifications for Highway Construction Edition 1996 of the AHTD and latest special provisions and City of Fayetteville Specifications except that metric units will not be used. The design concept with regard to street alignment, pavement section, geometncs, detours, right-of-way, and utility relocation shall be submitted by the ENGINEER and approved by the OWNER prior to beginning design work. SECTION V - COORDINATION WITH OWNER As each Task Order is developed and approved the scope of engineering services and fees will be finalized. The ENGINEER shall hold conferences throughout the design of the project with representatives of the OWNER to the end that the design, as perfected, shall have full benefit of the OWNER'S knowledge and be consistent with the current policies and construction practices of the OWNER. The OWNER reserves the right to accept or reject any or all plans, but this stipulation will not relieve the ENGINEER of responsibility for the design of the project. FY99164:ENGAGR.doc 5 • 1 • SECTION VI - OFFICE LOCATION FOR REVIEW OF WORK Review of the work as it progresses under this Agreement shall be made at the OWNER'S office. SECTION VII - PRELIMINARY SUBMISSION The ENGINEER shall submit three (3) sets of preliminary plans for each submittal at 35%, 65%, and 95%, and meet with the OWNER'S staff following each submittal. SECTION VIII - FINAL SUBMISSION The final submission for the construction contract shall consist of the following: A. One (1) copy of all design calculations. B. The originals of all drawings, specifications and contract documents All design drawings on magnetic media shall be submitted on disks compatible with AutoCAD Release 14 software. The estimated cost of construction and a detailed estimate of time in calendar days ' required for completion of the contract. Three (3) copies of the final plans for OWNER'S use. FY99164'ENGAGR.doc 6 • SECTION IX - ENGINEER RESPONSIBILITY DURING "BIDDING" AND "CONSTRUCTION" PHASES During the "Bidding" phase of the project, the ENGINEER shall provide all engineering and administrative services needed to obtain bids for the construction project, evaluate the bids, and consult with and advise the OWNER as to the acceptability of the best bidder. During the "Construction" phase of work, the ENGINEER shall provide administrative and engineering services including resident construction inspection services to determine whether the Contractor has met the requirements of the design plans and Specifications. The ENGINEER shall review the Contractor's progress payment requests based on the actual quantities of contract items completed and accepted, and shall make a recommendation to the OWNER regarding payment. SECTION X - SUBCONTRACTING Prior to entering into fee negotiations, the OWNER shall approve selection of all subconsultants to the ENGINEER. The OWNER reserves the right to reject without prejudice at his discretion the ENGINEER'S selection of firms for any subcontracted tasks. SECTION XI - TIME OF BEGINNING AND COMPLETION The ENGINEER shall begin work under each separate Task Order within ten (10) days of notice to proceed and shall complete the plans for the construction contract within the time stipulated in each respective Task Order. The stipulated completion time in each Task Order shall be predicated upon the fact that the FY99164:ENGAGR.doc • • • • OWNER will promptly provide all pertinent requested information in its possession, and will conduct reviews/approvals of interim work in an expeditious manner (5 working days per submittal). SECTION XII - FEES AND PAYMENTS A. Title I Services (Engineering Planning and Design Services Preceding Construction). The ENGINEER shall provide, as enumerated individually in each respective Task Order, application for funding, engineering study, surveying, geotechnical investigation, design, bidding, and easement preparation services for a specifically stated cost -plus -fixed payment. Each Task Order shall also list a "not -to -exceed total" amount for the Title I Services work scope identified therein. The basis of this upper limit and justification for the fee shall be contained in an Appendix attached to each Task Order. 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. Additionally, each Task Order shall contain an Appendix which covers the classification and salary rate for all personnel anticipated to be assigned to this project by the ENGINEER. FY99164:ENGAGR.doe 8 • Payment to the ENGINEER by the OWNER for Title I Services shall be made within 30 days after the date of billing. The amount due will be for services rendered during the previous month. Final payment for Title 1 Services shall be made upon the OWNER'S approval and acceptance with the satisfactory completion of the "Design" phase of the project. B. Title I1 Services (Construction Phase Services): The ENGINEER shall provide, as enumerated individually in each respective Task Order, construction administration, construction staking, construction inspection, and construction materials testing for a specifically stated cost -plus -fixed payment. Each Task Order shall also list a "not -to -exceed total" amount for the Title II Services work scope identified therein. The basis of this upper limit and justification for the fee shall be contained in an Appendix attached to each Task Order. 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. Additionally, each Task Order shall contain an Appendix which covers the classification and salary rate for all personnel anticipated to be assigned to this project by the "ENGINEER". Payment to the ENGINEER by the OWNER for Title II Services shall be made within FY99164:ENGAGR.tloc 9 • • • 30 days after the date of billing. The amount due will be for services rendered during the previous month. Final payment for Title II Services shall be made upon the "OWNER'S" approval and acceptance with the satisfactory completion of the "Construction" phase of the project. SECTION XIII - CHANGES The OWNER may at any time, by written order, make changes within the general scope of the contract in the work and services to be performed. If any such change causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable increase or decrease shall be made in the upper limit contract amount, including fee or time of required performance, or both, and the contract shall be modified in writing accordingly. Any claim by the ENGINEER for adjustment under this clause must be asserted with thirty (30) days from the date of receipt by the ENGINEER of the notification of change; provided, however, that the OWNER, if it decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to the date of final payment under this contract. Failure to agree to any adjustment shall be cause for a dispute concerning a question of fact within the meaning of the clause of this contract entitled SECTION XVI - MISCELLANEOUS PROVISIONS, (1) Dispute Resolutions. However, nothing in this clause shall excuse the ENGINEER from proceeding with the contract as changed. FY99164:ENGAGR.doc 10 • • SECTION XIV - OWNERSHIP OF DOCUMENTS All documents, including original drawings, disks of CADD drawings and cross sections, estimates, specifications, field notes, and data are and shall remain the property of the OWNER. The ENGINEER may retain reproduced copies of drawings and copies of other documents. The OWNER shall not be restricted in the subsequent use of the design, design documents or ideas incorporated in the work. However, the ENGINEER shall bear no responsibility for such reuse of the design unless specifically agreed to it writing. SECTION XV - POSTPONEMENT OR CANCELLATION OF THE CONTRACT It is understood that the OWNER will have the right to suspend or cancel the work at any time. A. Postponement - Should the OWNER, for any reason whatsoever, decide to postpone the work at any time, the OWNER will notify the ENGINEER, who will immediately suspend work. Should the OWNER decide during such suspension not to resume the work, or should such suspension not be terminated within a year, the work shall be canceled as hereinafter provided. B. Cancellation - Should the OWNER, for any reason whatsoever, decide to cancel or to terminate the use of the ENGINEER'S service, the OWNER will give written notice thereof to the ENGINEER, who will immediately terminate the work. If the OWNER so elects, the ENGINEER may be instructed to bring a reasonable stage of completion to those items whose value would otherwise be lost. The ENGINEER shall turn over all data, charts, survey notes, figures, drawings and other records or information collected or produced hereunder whether partial or complete. Upon such termination of the FY99764:ENCAGRdoC 11 ENGINEER'S services, ENGINEER shall be paid a proportional amount of the total fee, less prior partial payments, based on the ratio of work done to the total amount of work to be performed. SECTION XVI - MISCELLANEOUS PROVISIONS A. Dispute Resolution - Any dispute concerning a question of fact in connection with the work and having a financial value of $10,000, or less, shall be referred for determination to the Mayor of the City of Fayetteville whose decisions in the matter shall be final and conclusive. Disputes resulting from claims greater than $10,000 shall be subject to mediation. B. Responsibility for Claims and Liability - The ENGINEER shall save harmless the OWNER from all claim and liability due to the ENGINEER's activities, or those of the ENGINEER'S subconsultants, agents, or employees during the time this contract is in force. C. General Compliance with Laws - The ENGINEER shall comply with all Federal, State and local laws and ordinances applicable to the work. The ENGINEER shall be a professional engineer, licensed in the State of Arkansas. D Engineer's Endorsement- The ENGINEER shall endorse and recommend all plans, Specifications, estimates and engineering data furnished by it. All design shall be checked in accordance with accepted engineering practices. All plan quantities shall be checked and verified. FY99164:ENGAGR.doc 12 • • • E That, the Airport Manager or his designated representative will direct and coordinate the ENGINEER's efforts and will be the source of instructions to the ENGINEER and shall have the authority to interpret the OWNER's policy as necessary to maintain the ENGINEER's work schedule and to administer the BASIC AGREEMENT F. That, the OWNER shall make available to the ENGINEER all technical data in the OWNER's possession, including maps, surveys, bores, and other information required by the ENGINEER and relating to his work. G. That, the estimates of cost for the Projects provided for herein are to be prepared by the ENGINEER through exercise of his experience and judgment in applying presently available cost data, but it is recognized that the ENGINEER has no control over cost of labor and materials conditions, so he cannot warrant that the project construction costs will not vary from his cost estimates. H. That, the ENGINEER's direct expenses are defined as the costs incurred on or directly for the Project, other than the Salary and General Overhead Costs. Such direct expenses shall be computed on the basis of actual purchase price for items obtained from commercial sources plus a 5% mark-up. Direct expenses shall include, but not be limited to, necessary transportation costs, including mileage at the ENGINEER's current rate per mile when the ENGINEER's own automobiles are used, meals and lodging, laboratory tests, and reproduction charges. FY99164:ENGAGR doc 13 • • I. That, in soils investigation tion work and in determining subsurface conditions for the Project, the characteristics may vary greatly between successive test point and sample intervals. The ENGINEER will perform this work in accordance with generally accepted soils engineering practices and makes no other warranties, expressed or implied, that conditions actually encountered in the field may not vary from those found during the investigation work. J. That, the OWNER, shall pay for all costs of publishing advertisements for bids and for obtaining permits and licenses that may be required by local, State, or Federal authorities and shall secure the necessary land, easements and rights-of-way as described by the ENGINEER. K. That, in the event of any legal or other controversy requiring the services of the ENGINEER in providing expert testimony in connection with the Project, except suits or claims by third parties against the OWNER arising out of errors or omissions of the ENGINEER, the OWNER shall pay the ENGINEER for services rendered in regard to such legal or other controversy, on a basis to be negotiated. L. That, visits to the construction site and observations made by the ENGINEER as part of his services shall not relieve the construction Contractor(s) of his obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, and shall not relieve the construction contractor(s) of his full responsibility for all construction means, methods, techniques, sequences, and procedures necessary.for coordinating and completing all portions of FY99164:ENGAGR.doc 14 • it • • the work under the construction contract(s) and for all safety precautions incidental thereto. M. That, the ENGINEER, when called for in specific Task Orders, shall provide an on- site Resident Inspector and will make reasonable efforts to guard the OWNER against defects and deficiencies in the work of the contractor(s) and to help determine if the construction contract has been fulfilled. The Resident Inspector's day-to-day observation will not, however, cause the ENGINEER to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing the construction work in accordance with the Contract Documents. The Resident Inspector shall have the authority to reject both unsatisfactory workmanship and materials. His primary duties are as follows: 1. Check construction activities to determine compliance with the Plans and Specifications. Inform the Contractor and OWNER of any work that is in noncompliance. 2. Check that all testing required by the Specifications is performed. 3. Visit the testing laboratory to determine if it has the equipment and qualified personnel necessary to conduct the tests required by the Specifications. 4. Review test reports and certificates for conformance with the FY99164:ENGAGR doc 15 • • Specifications. 5. Maintain a file of test reports and certifications. • 6. Inform the Contractor of deficiencies in order that corrections can be made and retesting performed prior to covering any substandard work with additional material. 7. Document quantities of materials used on the project by actual measurements and computations in a field notebook or computer printouts retained in a folder. 8. Maintain a diary which should contain daily entries made and signed by the Resident Observer. Each entry should include the following, plus any additional pertinent data: (A) Date and weather conditions. (B) Names of important visitors. (C) Construction work in progress and location. (D) Size of Contractor's work force and equipment in use. (E) The substance of important conversations with the Contractor concerning conduct, progress, changes, test results, interpretations of Specifications or other details. 9. Submittal of FAA Form 5370-1, Construction Progress and Inspection Report, or equivalent form to the appropriate FAA field office. The frequency of submittal shall be established at the Preconstruction Conference. N. It is further agreed that the OWNER, the Federal Aviation Administration, the FY99164:ENGAGR doc 16 • • Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the ENGINEER which are directly pertinent to the work hereunder, for the purpose of making audit, examination excerpts and/or transcriptions. Records under this Section shall be maintained and made available during performance on FAA grant work under this AGREEMENT and until three years from date of final FAA grant payment for the project. In addition, those records which relate to any "dispute" appear under an FAA grant agreement, or litigation, or the settlement of claims arising out of such performance, or costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. 0. In accordance with Executive Order 11246, entitled "Equal Employment Opportunity", as amended by Executive Order 11375, and as supplemented in Department of Labor Regulations, the ENGINEER agrees that he will not discriminate against any employee or applicant for employment because of race, religion, age, color, sex, or national origin. P. In executing this AGREEMENT, the ENGINEER acknowledges that he has visited the site of the work, that he is familiar with the conditions and characteristics of the site, and that he fully understands the nature, extent and character of the project and the time limitations placed thereupon. He further states that he has discussed the proposed work with the representatives of the OWNER Q. The ENGINEER hereby assures that he has and will comply with the Title VI and DBE requirements set forth in Appendix 1, hereinafter. R. The ENGINEER hereby states that he has performed planning and design FY99164:ENGAGR.dw 17 engineering on previous through his laboratory facilities, he has previously - performed pertinent work on other airport projects, as well as other projects of a similar nature, and that he has the staff and capabilities to perform the work described herein, in a professional and timely manner. S. Exhibit A, CERTIFICATION OF ENGINEER, is attached to, and made a part of this AGREEMENT FOR ENGINEERING SERVICES, per requirement of the FAA. T. The ENGINEER will provide the Federal Aviation Administration with eight (8) copies of the updated Airport Layout Plan at the conclusion of each AIP project. U. The ENGINEER will perform the duties of the "consultant" set forth in the CONSTRUCTION MATERIALS QUALITY CONTROL PROGRAM, attached hereafter as Exhibit B. SECTION XVII - SUCCESSORS AND ASSIGNS The OWNER and the ENGINEER each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Agreement, except as above, neither the OWNER nor the ENGINEER shall assign, sublet or transfer its interest in this Agreement without written consent of the other. Nothing herein shall be construed as creating any possible personal liability on the part of any officer or agent of any public body which may be party hereto. SECTION XVIII - COVENANT AGAINST CONTINGENT FEES The ENGINEER warrants that it has not employed or retained by company or person, other 18 FY99164:ENGAGR.dcc e • • than a bonafide employee working solely for the ENGINEER, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the ENGINEER, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the OWNER shall have the right to annul this contract without liability. 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 Mayor Date: FOR McCLELLAND CONSULTING ENGINEERS, INC. By: C' A I I ES T:tc6c1P airs/co President a Date: .� U 1 co 19 FY99164:ENGAGR.doc I EXHIBIT A TO BASIC AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES DATED , 2000 CERTIFICATION OF ENGINEER I hereby certify that I am President and a duly authorized representative of the firm of McClelland Consulting Engineers, Inc. whose street address is 1810 North College Avenue, Fayetteville, Arkansas, and that neither I nor the above firm hereby represented has: a. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this contract. b. agreed, as an express or implied condition for obtaining this contract, to employ or retain the service of any firm or person in connection with carrying out the contract, or c. paid or agreed to pay any firm, organization, or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract. I acknowledge that this certificate is to be furnished to the Federal Aviation Administration of the United States Department of Transportation, in connection with this contract involving participation of Airport Improvement Program (AIP) funds and is subject to applicable state and federal laws, both criminal and civil. ZJ5/QO (Date) J: 991991CM4xC CERT ENG.N99.wpd:jm EXHIBIT B TO BASIC AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES DATED , 2000 CONSTRUCTION MATERIALS QUALITY CONTROL PROGRAM A. The Consultant shall prepare a "Construction Materials Quality Control Plan" to be submitted to the Federal Aviation Administration (FAA) for approval at the time of final Plans and Specifications submittal. At a minimum, the Plan shall list all materials to be tested during construction, the appropriate time for testing, the ASTM test designation, name by which the test is commonly referred, the frequency of testing required, the method of sampling, and the acceptance criteria or tolerances permitted for each type of test. The Plan will be reviewed by the FAA project manager and must be approved along with the final Plans and Specifications for construction. B. The Consultant shall prepare a "Construction Materials Quality Control Summary" to be submitted monthly to the FAA. At a minimum., the Summary shall include a list of all tests performed showing the date, location, pass or fail, results of retests, and whether or not the test is eligible or ineligible under the A.I.P. program. The Summary will include a certification that all testing was completed in accordance with the "Construction Materials Quality Control Plan". C. The Consultant shall prepare a summary of materials not passing and the penalty called for by the Specifications. This summary shall be submitted to the FAA monthly and will indicate when and to what extent penalties are imposed. The penalties assessed will be itemized in the following pay request to the FAA. J:\99199161bxD CONS MATr.N99.wpC:jm APPENDIX 1 - CONTRACTOR CONTRACTUAL REQUIREMENTS TITLE VI ASSURANCES During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor of the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. S. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to - (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCES 1. Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. 2. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. STAFF REVIEW FORM XX AGENDA REQUEST XX CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of March 7. 2000 FROM: Dale Frederick Airport Name Division General GMT. Department ACTION REQUIRED: Request review and approval of a contract with McClelland Consulting Engineers, Inc. for engineering services for the Capital Improvement Program projects at the Airport for the term of one year extendable by contract amendment not to exceed three years. This contract covers the general terms and scope of projects, but not specific prices. Cost will be negotiated before each project to be engineered at the Airport, and a task order will be generated which will require staff review. All task orders in excess of $20,000.00 will require City Council approval. COST TO CITY: $ Unknown Cost of this Request 5550-3960-5314.00 Account Number Project Number I Purchasing Officer STAFF RECOMMENDATION: 122.935.00 Category/Project Budget $ 13.432.00 Funds used to date $ 109.503.00 Remaining Balance X Budgeted Item Administrative Services Director ,, /Oe Date 2 19 oo Dale a -11-o'0 Date rofession Services Category/Project Name Capital Program Name Airoort Fund Budget Adjustment Attached GRANTING AGENCY: Airport staff recommends approval. Division Head Date Cross Reference ate New Item: Yes No — Prev. Ord/Res Dale Orig Cont. Date: Date .. Description: STAFF REVIEW FORM Meeting Date: MARCH 7. 2000 Approval of a contract with McClelland Consulting Engineers for engineering services for one year with extensions not to exceed three years. 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: FAYETTEyILLE � AIRPORT DEPARTMENT THE CITY OF FAYETTEVILLE, ARKANSAS TO: Fayetteville City Council THRU: Fred Hanna, Mayor FROM: Dale Frederick, Airport Manager DATE: FEBRUARY 10, 2000 SUBJECT: APPROVAL OF CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS FOR AIRPORT CAPITAL IMPROVEMENT PROJECTS As per City of Fayetteville's policy, a Professional Selection Committee met on July 27, 1999, and recommended McClelland Consulting Engineers, Inc. as the firm to provide engineering services at the Airport. The City Engineering Department has analyzed the contract and concurs that the contract does generally follow the City's required engineering contract form. The Federal Aviation Administration's (FAA) representative, Don Harris, confirmed orally that the contract appears to be in order and allows for FAA requirements. This contract is for engineering for Capital Improvements at the Airport as described. As services are needed and before the projects are begun, the engineer will negotiate a complete and mutual understanding of the scope of the services to be provided and a cost determination. An individual task order will be generated for each project defining not to exceed costs. These task orders will require staff review and all task orders in excess of $20,000.00 will require City Council approval. At their October 7, 1999, meeting, the Airport Board approved McClelland Consulting Engineers, Inc. as recommended by the Professional Selection Committee. This contract is for one year from the time of formal execution and extendable by contract amendment for no more than three years. The Airport Staff recommends the approval of this contract with McClelland Consulting Engineers. Inc. Attachments: Contract Review Form 3 Original Copies of Agreement for Engineering Services 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701 PHONE 501-718-7640 Ext.5 • FAX 501-718-7646 FAYETTEV�ii ,LE S THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Dale Frederick, Airport Manager From: Heather Woodruff, City Clerk Date: March 15, 2000 Attached is a copy of the resolution approving an agreement with McClelland Consulting Engineers for the CIP Projects at the Airport. I am also returning three originals for you to distribute. The original will be microfilmed and filed with the City Clerk. cc: Yolanda Fields, Internal Auditor ___AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW STAFF REVIEW FORM For the Fayetteville City Council meeting of N/A FROM: Dale Frederick Airport Name Division General GMT. Department me C16ccrn D 34//cam ACTION REQUIRED: Request review and approval of Task Order #2 to the contract with McClelland Consulting Engineers, Inc. for engineering services for the Capital Improvement Program projects at the Airport. Task Order #2 is for an amount not -to - exceed $17,048.00 and will cover the cost for the scope of the design and oversight of the construction of an eight bay T -Hangar. The Airport Board highly recommends the construction of this facility and has given their approval to move forward. COST TO CITY: 17.048.00 Cost of this Request 5550-3960-5314-00 Account Number Project Number i 1 9 19 Purchasing Officer 122.935.00 Category/Project Budget $ 84,715.00 Funds used to date S 38.220.00 Remaining Balance X Budgeted Item Administrative Services Director tEVIEW: 3 za -ed Date 3 -Z. -m4 Date 3-a -oo Date Profession Services Category/Project Name Fixed Assets Program Name Airport Fund GRANTING AGENCY: ADA Coordinator Internal Auditor STAFF RECOMMENDATION: Staff recommends approval Cross Reference Budget Adjustment IM New Item: Yes No Prev Ord/Res#: 2 S .Oc Orig Cont. Date: f-1- - i- 2O0 STAFF REVIEW FORM Description: Meeting Date: N/A APPROVAL OF TASK ORDER# 2 TO THE CONTRACT WITH MCCLELLAND CONSULTING ENGINEERS, INC. FOR DESIGN AND OVERSIGHT OF THE CONSTRUCTION OF AN EIGHT BAY T -HANGAR. Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Reference Comments: Reference Comments: Reference Comments: Reference Comments: Reference Comments: Reference Comments: FAYETTEV?LLE 10 THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE TO: FRED HANNA, MAYOR FROM: DALE FREDERICK, AIRPORT MANAGEI j8 DATE: MARCH 16, 2000 SUBJECT: TASK ORDER #2 WITH MCCLELLAND CONSULTING ENGINEERS TO DESIGN AND OVERSEE THE CONSTRUCTION OF AN EIGHT BAY T -HANGAR The Airport staff requests review and approval of Task Order #2 to the contract with McClelland Consulting Engineers, Inc. for engineering services for the Capital Improvement Program projects at the Airport. Task Order #2 is for an amount not -to -exceed $17,048.00 and will cover the cost for the scope of the design and oversight of the construction of an eight bay T -Hangar. The Airport Board has highly recommended the construction of this facility and has given their approval to move forward. The Task Order has been reviewed by the City of Fayetteville's Engineering Department who found that the contract "appears to be a fair and reasonable contract for the design, bidding, construction services and material/testing" for the T -Hangar. With the completion of this unit, the total T -Hangars available for single and double engine aircraft will be a total of 65. Attachments: 3 Original Task Orders #2 Copy of the Approved Agreement for Engineering Services with McClelland TASK ORDER NO. 2 - ADDITIONAL T -HANGAR UNIT EXPANSIONS STATE OF ARKANSAS COUNTY OF WASHINGTON This Task Order is written pursuant to the basic agreement entitled CITY OF FAYETTEVILLE, AGREEMENT FOR ENGINEERING SERVICES, of the same date entered hereon. The referenced basic agreement pertains to proposed improvements to Drake Field, Fayetteville's Municipal Airport. This Task Order entered into and executed this day of/724t , 2000, by and between the City of Fayetteville (OWNER) and McClelland Consulting Engineers (ENGINEER) sets forth project description, project schedule, and engineering fees related to the additional T -hangar Unit Expansions, Drake Field. SECTION 1 - PROJECT DESCRIPTION Another row of T -hangars is to be added to the existing arrangement of T -hangars on the east -side general aviation apron. The T -hangars are to be constructed on the existing asphalt apron which has been constructed to drain away from the building, and are to be built 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 is to include: J:\.2000\002151\St2REV-2.8.00.wpd:jm I • 1. A metal building 60 feet wide and 200 feet long, approximately. Said building will include one "special unit design". 2. Reinforced concrete foundations. 3. Interior electrical lighting, receptacles, and motorized overhead doors. 4. Electrical grounding system. 5. Exterior, building -mounted electrical lighting. B. Specifically excluded from the project scope: 1. Detailed subsurface storm drainage designs. 2. Storm Water Pollution Prevention Plan (less than a 5 -acre area is to be disturbed). 3. Large Scale Development Plan (will be addressed by City Staff). 4. Detailed sidewalk designs. 5. Formal wetlands determination. 6. Easement preparation (all work is anticipated to take place on Drake Field property). 7. Geotechnical investigation (we will rely on previously -collected subsurface data). 8. Funding application work (however, the ENGINEER will provide the technical data, cost estimates, etc., needed by the OWNER for this purpose). J:12000\0021511tc#2REV-2-8OO.wpd:jm 2 SECTION I1- PROJECT SCHEDULE From the time the OWNER issues the Notice To Proceed to the ENGINEER, the project will be completed as follows: TASK Surveying Preliminary Design (35%) Design Development (65%) Final Design (95%) Submittal to FAA/City (100%) SECTION III - SCOPE OF SERVICES TIME AFTER 5 calendar 10 calendar 20 calendar 28 calendar 30 calendar N.T.P. Jays days days days days 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 individually, surveying and design, and bidding for a total not -to -exceed fee of $9,921.00 including a total fixed payment of 1 188.00. J:L2000�002151U0N2REV.2-8M0.wpd:jm 3 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 project, plus a fixed payment which are payable as follows: a) Surveying and Design phase services costs: $ 8,277.00 b) Fixed payment for Surveying and Design phase services: $ 1,127.00 c) Engineering contract amount for Surveying and Design phase services: $ 9,404.00 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. J:120001002151llnp1REV-2bOO.wpd:jm 4 ci C 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. 2. 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: $ 456.00 b) Fixed payment for Bidding phase services: $ 61.00 c) Engineering contract amount for Bidding phase services: $ 517.00 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. J:\ 2000W02151Q0#2REV.2.8-00.wpd:jm 5 • 0 Final payment for Bidding phase services shall be made upon the OWNER's approval and acceptance with the satisfactory completion of the Bidding phase of the project. 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 $7,127, including a total fixed payment of $874. 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 $5,729 b) Fixed payment for Construction Administration and inspection phase services $ 818 c) Engineering contract amount for Construction Administration and Inspection phase services $6,547 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 provided an average of 8 hrs/day of resident inspection during an J1200010021511tod2REV.2R00.wpd:jm assumed construction period of 90 calendar days). Adjustment of the -upper limit of the ENGINEER's fees 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 roadway centerline rough grade staking with offset staking on one side at 100 -ft. stations along tangents and 50 -ft. stations along curves, and perform drainage structures staking. 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 reimbursable expenses, plus a fixed payment payable as follows: JM12000\OO2151Uok2REV.2-B-0O.wpd:jm 7 0 a) Construction Staking costs $276 b) Fixed payment for Construction Staking $ 41 c) Engineering contract amount for Construction Staking services $317 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. J:t2000\002151Uo#2REV-2-&W.wpd'.jm S 3. Construction Materials Testing Phase Services: For the Construction Materials testing phase services associated with construction of the project, the OWNER shall pay the ENGINEER on the basis of hourly rates and unit prices set forth in Appendix "E" a fee of $263. The basis of this fee is contained in Appendices "A" and "F", attached hereto. A. Construction MT'Ls Testing B. Fixed payment for construction MT'Ls Testing $ 15 C. Engineering Contract amount for Material Testing $263 J:20001002151\tod2REV-2-8-00.wpd:jm 9 SECTION V - BASIC AGREEMENT IN EFFECT: amended specifically herein 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. Mayor CONSULTING ENGINEERS, Attest: President 0 9 z a 9 r U A W N+ O 0 b V d U A W N+ O + D A W N+ O b b J b U d W N+ O b b V W m C?iCmllp�p Zy mO Z pO Nm 101 R0110�1m mO m0 (1O101 .mm Z mcmmmmTIOnfOnfOnm ppmx py I0�TnApnC pj- ' G2y2yT-1-1-1yyyy-lG_=OyOUNVIN D_O �%' ODr(n. In (n 41N�T�TTTpODGZSmZOp rrr22 mTyT�yV �p D- N rc�T00000000 r� C'� z010t��101i�00m m0m m0m0mm m0m m0m mr k�;REmm< M6.mjo pZ w �yC � r02myz—TTTTTTTm2NTm Z ;OmL1� NNfn :.:.:.:...:.:.:.3TON Nf/1 U�NN Z TTNPT Trrrrrrr3Dv G KZ�--Z.P DZFm omy" rT (� 0 ZPn y N rDNmOpNyrTT000��Tp0�0rrrrrrrrT prppp0 20N0 2O�ZOy30 TpOOZm x 0y;O Zmmm O o 00- 1D < yOZONyOZ CD N +iNO�O b�yZZZTC P_ y 00800 O y000 mm byTNDry �Z p.0101ys -9 0 NO pTZpZ ZZ g5 y S Z O N m T O m N i fiyy m < N a T 09 + +++ 0 2 y Oy m Op 9 ++ ++ N Np LO - - - - - - - - - - - - - - - - - - - - - - - - o -- Qzn u0ya -- -- ...5<<<O�~� o 41 N0 WOcc)+ m U0N OO OO +oMm UU b m.0• N3O+O J O N W MN NV M M M M N y� N T WOONNO++ NN YWpJW0OOOOtT + mm m J N V m V oNVb+ObN V + N tT N U (T N b N W N fT O= m UbO J J W W U jT O O N W N 0 a^ m y N �s 0 m C) 1 y O Z 08m 30T> $--Iry w 5 G m T Z T z A >< K m 1 > O = m rnF m o c zZ ii Ou z 0 m 0 0 m N r n O O H y m 3OT -i i r r"1nO� oZD m m m ;{ °m= 3 T H C ZZ Z N =gigV zM0 $off mr O, m 2na c ovS(^in j � W V4 0j YVi ? S a rm r. W 1P m w MM M N N yao,a 01 0Y€Vq 1�0 r W S APPENDIX B CITY OF FAYETTEVILLE DRAKE FIELD, TASK ORDER NO. 2 SALARY RANGES LOWER UPPER END END Principal Engineer $34.00 $45.00 Project Manager 22.00 35.00 Project Engineer 19.00 25.00 Design Engineer 13.50 19.00 Project Surveyor 13.00 22.00 Surveyor 10.00 15.00 Survey Crew (2 men) 18.00 22.00 Survey Crew (3 men) 25.00 30.00 CADD Technician 9.00 13.00 Clerical 7.00 11.00 Senior Engr. Tech. 16.50 19.50 Engineering Tech. 12.00 20.00 CADD Operator 1 15.00 20.00 CADD Operator 2 10.00 15.00 CADD Operator 3 6.50 10.00 Inspector 12.00 19.50 J:\99\99164\salary.skd • APPENDIX C GEOTECHNICAL INVESTIGATION FEE SCHEDULE HOURLY CATEGORY RATE Mobilization of $1.40/mile ( each way )** (from Fayetteville, Ark.) $ 75.00 minimum Soil Drilling including Sampling ' 10.00 per foot Rock Drilling (Rotary Bit) * 12.00 per foot Rock Coring (Diamond Bit) *** 30.00 per foot Boring Setup Charge 25.00 per each Standby Time (Rig and Crew On -Site), if required 80.00 per hour Layout of Boring 60.00 per hour Crew Travel Time 60.00 per hour Per Diem (per night) 60.00 per man Atterberg Limits 45.00 each Moisture Content 8.00 each Unit Weight Test (Soil Sample) 8.00 each Unconfined Compression Test 40.00 each Gradation Tests Dry Sieve 6.00 each Wet Sieve 25.00 each California Bearing Ratio (CBR) with Std Proctor 250.00 each with Mod Proctor 275.00 each In -situ Permeability 125.00 each In -situ Permeability (Flexwall) 200.00 each Remolded Sample 50.00 each Triaxial Test (Single Stage) 120.00 each Triaxial Test (Multi -Stage) 150.00 each Remolded Sample 50.00 each Draftsman 40.00 per hour Senior Draftsman 55.00 per hour Clerical 31.00 per hour Design Engineer 55.00 per hour Project Engineer (Soils Engr.) 65.00 per hour Project Manager (Senior. Soils Engr.) 95.00 per hour Principal Engineer 100.00 per hour Senior Engineering Technician 55.00 per hour Engineering Technician 40.00 per hour Soils Technician 30.00 per hour Two Flagmen 50.00 per hour Mileage 0 .32 per mile Backhoe Rental ( 4 hour minimum) 50.00 per hour Dozer Rental (4 hour minimum) 65.00 per hour * Rock Bits 275.00 each Diamond Bits 460.00 each '" The Client is responsible for providing access to the site. The Client is responsible for all costs for site mobilization through unstable soil when a dozer is required to move the drill rig around the site. The Client is responsible for all costs involving clearing and access path to each boring location. The Client is responsible for drill bit costs while drilling into and/or through a chert, a very hard limestone formation, or other very hard formation, whenever new or slightly used drill bits are worn out during the drill operations. Hourly Rates subject to adjustment annually, on/about July 1st. m •..S A ' WN-+O Z 0 mOmYmOD0000OD3 >o W m x O C -< F x s F n Omcx o m o O O Z Z c 72 r z G)G) H=0— -G)nA?�WC rn-p?DZZ�mZ��2�70 mHOWmtnrm00c?zz ={ nvDm=�n3-miD�mC) m —cnZ C)DD 3 rZmz�mcn v O s�pG) mm Cl) m � 0 m A r G)m1� D -q DG) GZ) '-U 0 0 Z z (I)z 0 ;o m a D N N O N N A A A N A O Z c jf1 jf7 (T1 �mTt �mT1 Z Z1mmmmrnrlmT1i1r 0 C rN W {{qq M OcOT OD ONOJOONocmnn 00000000000000 I,, X cc W W W VI V O OD O fA W A N W Z Z a O O O d 1 O O N O O o O O u O O O O O O O O O 0 0 0 0 0 Q 0 G) vm 1 Mm mn nz z rA DDZ may moo-+ m M G) -mH r - mzz D•m ENO z=m >zz G7 Z Cfl0 �m Dm O y O n 1 m om zv m m v x I 0 APPENDIX E CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE GENERAL Laboratory Field Technician * $ 30.00 per hour AHTD-Qualified Technician* 36.00 per hour Engineering Technician * 40.00 per hour Senior Engineering Technician 55.00 per hour Lab Supervisor 45.00 per hour Consultation: Lab Supervisor 45.00 per hour Field Engineer 50.00 per hour Project Engineer 72.00 per hour Project Manager 95.00 per hour Principal Engineer 100.00 per hour Lab Report Preparation 30.00 per hour SOILS AHTD-Qualified Field Technician 36.00 per hour Soils Field Technician (1 -hour minimum) 30.00 per hour In -Place Compaction Test -Nuclear Gauge ASTM D 2922 Sample Pickup Liquid Limit, Plastic Limit, Plasticity Index ( 3 point) ASTM D 4318 45.00 each Sieve Analysis -Washed No. 200 (Wet) ASTM D 1140 35.00 per sieve Sieve Analysis -Dry ASTM D 422 7.00 per sieve Hydrometer Analysis ASTM D 422 65.00 each Specific Gravity ASTM D 854 40.00 each Soils Classification, Unified or AASHTO ASTM D 2487 or AASHTO M 145 100.00 each Laboratory Maximum Compaction Test ASTM D 698 or AASHTO T 99 120.00 each Laboratory Maximum Compaction Test ASTM D 1557 or AASHTO T 180 135.00 each Potential Volume Change -Swell Pressure 100.00 each California Bearing Ratio-CBR ASTM D 1883 (3 point) (Proctor curve additional) 150.00 each Shrinkage ASTM D 427 50.00 each Soil Bearing Capacity (Engineering Tech., 2 -hour minimum) 40.00 per hour Non-ASTM Procedures Available On Request Concrete Mix Design Price on Request Review Concrete Mix Design (Lab Supervisor) 45.00 per hour Confirm Concrete Mix Design Price on Request Concrete Field Technician * (1 -hour minimum): [For any of the following 6 items:] 30.00 per hour • Unit Weight and Yield of Freshly Mixed Concrete ASTM C 138 • Concrete Cylinder or Beam Molding ASTM C 31 • Concrete Cylinder or Beam Pickup • Concrete Slump Test ASTM C 143 • Concrete Air Content Test ASTM C 231 or C 173 • Cement Mortar or Group Sampling AHTD-Qualified Concrete Technician: [For any of the foregoing 6 items:] 36.00 per hour Compressive Strength of Concrete Test Cylinders ASTM C 39 (pad cap) 8.00 each Compressive Strength of Concrete Test Cylinders ASTM C 39 (sulfur capped) 12.00 each Spare Cylinders Specimens Processed but not Tested 8.00 each Schmidt Hammer Testing (Engineering Tech, 2 -hour minimum) 40.00 per hour ' ACI Grade I Concrete Field Testing Technician l:ftooawax151VansT€ST5.wvd:jm Page 1 oil • APPENDIX E CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE CONCRETE (Continued) Flexural Strength of Concrete Beams ASTM C 78 or C 293 20.00 each Spare Beam Specimens Processed but not Tested 20.00 each Compressive Strength of Grout Cubes 15.00 each Compressive Strength of Cement Mortar Cubes 10.00 each Concrete Coring (3" or 4"): Core Machine & Lab Technician 60.00 per hour Additional Lab Technician, as required 30.00 per hour Compressive Strength of Concrete Cores (3" or 4") 30.00 each Other Core Sizes Price on Request Aggregate Sieve Analysis: Dry Sieve ASTM C 136 7.00 each Wet Sieve ASTM C 117 35.00 each Fineness Modules 15.00 each Decantation 20.00 each Deleterious Materials 45.00 each Specific Gravity and Absorption of Aggregate ASTM C 127 & C 128 75.00 each Dry Rodded Unit Weight of Aggregate ASTM C 29 50.00 each Sodium or Magnesium Sulfate Soundness (5 cycles) ASTM C 88 250.00 each Additional Cycles 40.00 each ASPHALT: Asphalt Mix Design Price on Request Review Asphalt Mix Design (Lab Supervisor) 45.00 per hour Asphalt Field Technician In -Place Compaction Test -Nuclear Gauge (Lab Technician) 30.00 per hour Sample Pickup 30.00 per hour Marshall Test including Stability, Flow, Laboratory Density, Percent Air Voids, Percent Voids in Mineral Aggregate (3 specimens per test) 175.00 each Extraction including percent Bitumen and Aggregate Gradation 125.00 each Laboratory Density of Cored Plugs including Depth Measurement 20.00 each Asphalt Coring (3" or 4"): Core Machine & Lab Technician . 60.00 per hour Additional Lab Technician, if required 30.00 per hour Sample Pickup FIREPROOFING: Unit Weight, Bonding Strength, Thickness and Sampling (actual time required for Lab Technicians) 30.00 per hour/Tech. Report Preparation (Lab Supervisor) 45.00 per hour STRUCTURAL STEEL: Bolt Torque Testing: Lab Technician(s) 30.00 per hour Field Engineer 50.00 per hour Pneumatic Torque Wrench Calibration (twice per day) 50.00 each Visual Weld Inspection Field Engineer 50.00 per hour Services not Listed are Available on Request J.V000 OO2l5IW ttSTEST5 wytfr Page 2 of 2 m z O ;>>owci mtn(no 0 UU0ZC0 m -lEEmcn_n m m0 m 0 m��m(ZZ 0 A D DD z (j O O z r A O z m z z 7II11 C amc)D zrpno ODzlv m p D CA > ohm- -ooaoo z rm zarnw (4,.M.1 zm ImtIiiC O N G) {p W N (q 0) W W W 999992 OOOOOO 00000 m W�(g69 m N O 0 m 0 0000 00 m o O m a FAYETTEV1 ILE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPON To: Dale Frederick, Airport Manager From: Heather Woodruff, City Clerk Date: March 28, 2000 Attached is a copy of the completed staff review form and signed Task Order #2 for the contract with McClelland Consulting. I am also returning two originals for you to distribute. The original will be microfilmed and filed with the City Clerk. cc: Yolanda Fields, Internal Auditor 4 ORIGINAL TASK ORDER NO. 11 STORM WATER POLLUION PREVENTION PLAN AND SPILL PREVENTION CONTROL AND COUNTERMEASURE PLAN 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 the preparation of a Storm Water Pollution Prevention Plan (SWPPP) and a Spill Prevention Control and Countermeasure Plan (SPCC) for the Fayetteville Municipal Airport, Drake Field. SECTION I - PROJECT DESCRIPTION The project is to consist of: Preparing written plans for the facility. The SPCC Plan will be prepared in accordance with EPA Regulation 40 Code of Federal Regulations (CFR) Part 112. The SWPP Plan will be prepared in accordance with EPA Regulation 40 CFR Part 122. Both plans will cover all areas of operation. J:\20021Proposals\FAYETTEVILLE\Task Order 11.doc 1 SECTION II - PROJECT SCHEDULE From the time the OWNER issues the Notice To Proceed (NTP), the ENGINEER will endeavor to execute the project within the following time periods: Task A. SWPP Plan: B. SPCC Plan: SECTION III - SCOPE OF SERVICES Completion After NTP 50 calendar days 90 calendar days The ENGINEER shall, generally, provide those services listed in the basic agreement which are applicable to this specific Task Order. Specifically, the project is likely to include: A. Performing a site reconnaissance of the facility to evaluate the quantity, types, sizes and locations of all existing and proposed oil storage tanks and reservoirs at the facility. B. Evaluating the storm water drainage of the pertinent areas of the facility. C. Preparing and distributing the written plans for the facility, certified by a Professional Engineer. SECTION IV - FEES AND PAYMENTS The following fees are to be paid to the Engineer as compensation for his services: A. SWPP Plan: a lump sum of $ 2,500. B. SPCC Plan a lump sum of $ 1,500. J:\2002\Proposals\FAYETTEVILLE\Task Order 11.doc 2 SECTON 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: U By: /LMAttest: Mayor Date: ��J�►�t y•2• FOR McCLELLAND CONSULTING ENGINEERS, INC.: By, l� Attest: President Date: 3/�Oti J:120021Proposals\FAYETTEVILLE\Task Order 11.doc 3 Cs a r , II § » - .q to \ l Ct % _ 7 > •; {) §0 § e ) > C' -Jm \ w0 ZW� kj\§ L y±f oa-� [ wZZ o e« G Y.; 2y lM I li, .yY.erY... - F' ' .v jWyi xV, "tY. lvyySyy- ^V' Y II " Y Yv drr c { - a ill 1 ggYY' \A/ #a , xe� iP � fi ,y d:x\Y M 4 1. 1 I • i 1 I I. I l 1 II I I 1 r i r'45. Yp S k1 � 1 ! \ �'.. 11�i..T. [ 4 FAYETTEV?LLE • THE CITY OF FAYETTEVILLE, ARKANSAS DAN COODY, MAYOR 4500 School Ave., Suite F Fayetteville, AR 72701 501.718.7642 AVIATION AND ECONOMIC DEVELOPMENT RAY M. BOUDREAUX, DIRECTOR TO: Dan Coody, MayI t / THRU: Staff Review Co ri itteeee FROM: Ray M. Boudreaux, DATE: February 12, 2002 SUBJECT: Storm Water Pollution Prevention and Spill Prevention Control Background: Operations conducted by the Fayetteville Municipal Airport require that a Storm Water Pollution Prevention Plan and a Spill Prevention Control and Countermeasures Plan be prepared for the airport. These operations include fueling of aircraft, fuel storage and deicing operations. Until very recently, the airport only conducted fueling and fuel storage operations. The airport maintenance supervisor constructed a deicing cart so that de-icing services might be offered to transient customers. A supply of deicing fluid was left by the airlines and is available for use. Deicing services will be offered in the near future. Purpose: Storm Water Pollution Prevention and Spill Prevention Control and Countermeasure Plans are required for deicing operations as well as for fueling operations. This contract will update a plan that was in effect when the airlines had such operations and make it for our current operation. The plan should be updated every 5 years. Budget Considerations: Funds are available in the Professional Services line item for this project. Total project costs are $4,000. Requested Action: Staff recommends the Mayor sign Task Order No. 11 with McClelland Engineering Consultants, Inc. to do the update. Attachments: Staff Review Form tl2itdjiL /1 'y7) 1 eLmZ4J Ir fearcs r McClelland Consultl'IEngineers, Inc. ©IF 4 D ,��V n0mar4Qo. P.O. Box 1229 1810 No. College Ave. FAYETTEVILLE, ARKANSAS 72702 Phone (501) 443-2377 Fax (501) 443-9241 To CThnLE Reid Mt ,iC D L Air ' frli41lL14-n 77o/ 4600 �ZCA /A fc h� 1 GENTLEMEN: DATE Oi JOB No J�.02 W /y ATTENTION I zS N 1 �i7ojSon RE t s c p -d -c, Ala. j( tJ P WE6 1a„s WE ARE SENDING YOU X Attached ❑ Under separate cover via ❑ Shop drawings 0 Prints 0 Plans 0 Samples ❑ Copy of letter 0 Change order 0 _the following items: 0 Specifications COPIES DATE NO. DESCRIPTION kY `��+� a, n 'Ts'Tuk. o cie-.- tL. ii MAR 042002 r THESE ARE TRANSMITTED as checked below: yFor approval 0 Approved as submitted ❑ For your use ❑ Approved as noted 0 As requested 0 Returned for corrections ❑ For review and comment ❑ ❑ FOR BIDS DUE REMARKS ❑ Resubmit copies for approval ❑ Submit ______ copies for distribution ❑ Return corrected prints 20 ❑ PRINTS RETURNED AFTER LOAN TO US k COPY TO SIGNED: If enclosures are not as noted. kindly notify us at once. �cCL�zv4^"� (C STAFF REVIEW FORM AGENDA REQUEST MICROFILMED X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of N/A --------------------------------------------------------------------- FROM: Ray M. Boudreaux Airport Aviation & Economic Development Name Division Department ACTION REQUIRED: Review and approve the Mayor to sign Task Order No. 11 with McClelland Consulting Engineers, Inc. to prepare a Storm Water Pollution Prevention Plan and a Spill Prevention Control and Countermeasure Plan for the Fayetteville Municipal Airport. COST TO CITY: $ 4,000.00 P2jo, f 6 00 Storm Water Pollution Prevention Cost of this Request Category/Project Budget Category/Project Name 5550.39$3.5314.00 $ _ 3ooC.00i25/dr Account Number Funds used to date Program Name $1 tf b{.00 Airport Project Number Remaining Balance Fund U VIEW: X Budgeted Item _ Budget Adjustment Attached udge Manager Date Administrative Services Dir. Date Date GRANTING AGENCY !r Ifg4ney all4f¢O�DACoordinator Date Purchasing Officer Date Grants Coordinator Date STAFF RECOMMENDATION: Director Signature of the Mayor on Task Order No. 11 Date Da 0Li #i�2- D to Z ate Cross Reference New Item: Yes No XXX Prev. Ord/Res#: 25-00 Orig Cont. Date: 3-7-00 Orig Cont #: 747 STAFF REVIEW FORM Page 2 Meeting Date: N/A Description: Engineering Agreement for McClelland Engineering to prepare a Storm Water Pollution Prevention and Spill Prevention Control and Countermeasure Plans for the Fayetteville Municipal Airport Comments: Budget Manager Reference Comments: Accounting Manager Reference Comments: City Attorney Reference Comments: Purchasing Officer Reference Comments: Internal Auditor Reference Comments ADA Coordinator Reference Comments: Grants Coordinator Reference Comments: FAYETTEVA,LE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Ray Boudreaux, Airport Manager From: Heather Woodruff, City Clerk Date: March 20, 2002 Attached is a copy of the completed staff review form and signed Task Order No. 11 with McClelland Engineering. I am also returning one original to you. One original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Audit U1 T ° 44€ 1 4dc/1 Lj- -D�� FAYETTEVI.LE • THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE RECEIVED To: Ray Boudreaux, Airport From: Heather Woodruff, City Clerk Date: February 27, 2002 MAP 0 1 2002 AIRPORT Attached is the original staff review form and three original Task Order No. 11. Please have them signed by the appropriate party before returning them to the Mayor's office for his signature. It is our policy that the Mayor should not sign contracts before the other party, unless the agreement is with a higher entity such as the State or Federal Government. RECEtV Mn,R 0 "7 20n2 CITY �C,t,F.VA; s Gr FIGI 0 RES, ,25-00 STAFF REVIEW FORM AGENDA REQUEST -" CONTRACT IW MICROFILMED For the Fayetteville City Council meeting of N/A Contract Review and Signature FROM: Ray M. Boudreaux Airport Aviation & Economic Development Name Division Department ACTION REQUIRED: Approval ofTask Order#12 with McClelland Consulting Engineers for the large scale development plan for the corporate ramp project for the hangars and ramp for corporate aircraft and for the new museum hangar. This will also take care of engineering services for the zoning change required for the corporate ramp. COST TO CITY: $10300.00 Cost of this Request 5550.3960.5314.00 Account Number O2 -O'73 Project Number fly- Category/Project Budget $ I Sg, 1 o`7 Funds used to date $ Remaining Balance Ctegory/ProjectName (� Ai�Q Aqtky� Prograz Name eyx�J 12 >aYl Fund BU`E R>gEW L Budgeted Item _ Budget Adjustment Attached 1- ix- OY Budget Manager Date Administrative Services Dir. Date Purchasing Officer Date Grants Coordinator Date r� GRANTING AGENCY STAFF RECOMMENDATION: Division Head Date Cross Reference Da a New Item: Yes No Prev.Ord/Res#: O'p Pate Orig Cont. Date: 3- I- u p Orig Cont #: ate STAFF REVIEW FORM Page 2 Meeting Date: N/A Engineering services for the Large scale Development project that includes all of the current airport planned projects including the corporate ramp and the new museum hangar. Comments: Budget Manager iL0 Reference Comments: C C�� i I Ls G,6 . Prt vAhous co JttAr aaP ..ojs. ales Ccly L)Cect. -to Clf%/l/t4O-Q 444 64 'S Z r Accounting Manager Reference Comments: Cit Attorn Reference Comments: yuJ Purchasing Officer Reference Comments: Internal Auditor Reference Comments ADA Coordinator Reference Comments: Grants Coordinator Reference Comments: H' . TASK ORDER NO.12 LARGE SCALE DEVELOPMENT SERVICES ORIGINAL FAYETTEVILLE MUNICIPAL AIRPORT 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 Fayetteville Municipal Airport (Drake Field). This Task Order entered into and executed on the date indicated by the signature block, by and between the City of Fayetteville (OWNER) and McClelland Consulting Engineers (ENGINEER) sets forth project description, project schedule, and engineering fees related to the formulation and submittal of an updated Large Scale Development Plan for Fayetteville Municipal Airport (Drake Field), Fayetteville, Arkansas. SECTION 1 - PROJECT DESCRIPTION In general, an updated Large Scale Development Plan for future Airport Development is to be undertaken so that the Airport Department can quickly respond to the Tenants request for new Hangars or Aviation related development projects. 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: 1:\DRAKE FIELD\CONTRACTS\Task Order # I2.doc Large Scale Development Plan — Submitted to City: Complete process: SECTION III - SCOPE OF SERVICES 30 calendar days 90 calendar days The ENGINEER shall generally, provide those services listed in the City's ordinance dealing with the requirements for Large Scale Development Plans. 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. Existing utilities, including water and sewer lines and storm sewers, will be located only within 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 restriction. SECTION IV - FEES AND PAYMENTS 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 hourly costs for work -time directly connected with work chargeable to the project, plus direct reimbursable expenses associated with the project: a) Large Scale Development services not to exceed: $ 10,500.00 J:VDRAKE FIELDICONTRACTS\Task Order 12.doc 2 b) Appendix "A" presents the hourly rate schedule for personnel/anticipated to be assigned to this project by the Engineer. c) Appendix "B" presents the Basis of Payment to the Engineer. 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: /d_7 Attest: City Clerk FOR McCLELLAND CONSULTING ENGINEERS, INC By:cLPiAflWw President Date: Date: Attest: J:\DRAKE FIELD\CONTRACTS\Task Order 12.doc 3 APPENDIX "A" Hourly Rates for Personnel Drake Field, Fayetteville Municipal Airport CATEGORY BILLABLE HOURLY RATE RANGE Project Director $98 to $112 Principal Engineer $81 to $98 Engineer III $65 to $81 Engineer II $49 to $65 Engineer 1 $41 to $49 Registered Surveyor $41 to $49 Computer Technician $46 to $55 Engineering Technician $46 to $60 Survey Crew (2 man) $55 to $68 Clerical Support $22 to $38 CADD Technician III $44 to $55 CADD Technician II $32 to $44 CADD Technician I $22 to $32 Soils Lab Supervisor $38 to $44 Soils Technician II $27 to $33 Soils Technician I $22 to $27 J:\2002\022llflTaskOrde�Appendix A TO1 2.doc . . |§ ® ■ lmmm■■■■m#mm;a -§=!a§■■■|■2&- as, ■ Ui § 0 §§ k} j/k IN 2|§ 00 z QI- wo odu / @kd kz k.m - m ;m� I � �20 / / 0 w� !■ 2 k bog 2§■ 140 § ! P| | § \ \\f��2.2��|§ !!., !!!C - §«�l7ma!``�o !!l2i�\k�/ 15k l, q ) §g�....�,=,;,2 ! FAYETTEVILE � THE CITY OF FAYETTEVILLE, ARKANSAS DAN COODY. MAYOR 4500 School Ave.. Suite F Fayetteville. AR 72701 50t.719.7642 AVIATION AND ECONOMIC DEVELOPMENT RAY M. BOUDREAUX DIRECTOR TO: Dan Coody, Mayor THRU: Staff Review Cornfi FROM: Ray M. Boudreaux, Birector,C _ DATE: April 10, 2002 SUBJECT: Task Order #12, Large Scale Development Background: Attached please find a Task Order #12 from McClelland Consulting Engineers for services in conjunction with the Large Scale Development for the new corporate ramp project and the new museum hangar. Purpose: The purpose of this Memo is to inform the staff and receive signature of the Mayor. Budget Considerations: Task Order #12 is in the amount of $10,500.00. Requested Action: Approve the contract for signature by the Mayor. Please return two originals to the airport for distribution. Attachments: Staff Review Form Task Order #12 (3 Originals) MCECONSUL TING DESIGNED TO S(RVC i ENGINEERS, INC. April 9, 2002 Mr. Ray Boudreaux Airport Manager, Fayetteville Municipal Airport 4500 S. School Suite F Fayetteville, AR 72701 Re: Proposed Task Order No. 12 Large Scale Development Dear Mr. Boudreaux: P.O. Box 1229 Fayetteville, Arkansas 72702-1229 501-443-2377 FAX 501-443-9241 i Iw L l J APR 10 2002 In response to your request, please find three (3) copies of Task Order No. 12 for the above referenced project. Please advise if you need further information regarding this Task Order. Thank you for this opportunity to extend our services. Sincerely, Z LLAND CON,91JLTING ENGINEERS, INC. ne J nep, P.E. Vice President' Enclosure: Task Order No. 12 (3 copies) J:12002W022117borrespondencetoudreaux-409.wpd:ch FAYETTEVItLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE To: Ray Boudreaux, Aviation & Economic Development Director From: Heather Woodruff, City Clerk Date: May 22, 2002 Please find attached a copy of the completed Staff Review Form. I am returning two (2) original Task Orders No. 12 Large Scale Development Services with McClelland Consulting Engineers. The third original will be microfilmed and filed with the City Clerk. (Resolution 25-00) cc: Nancy Smith, Internal Audit I. RESOLUTION NO. 25-00 A RESOLUTION APPROVING AN ENGINEERING SERVICES AGREEMENT WITH MCCLELLAND CONSULTING ENGINEERS, INC., FOR A TERM OF ONE YEAR, EXTENDABLE BY AMENDMENT NOT TO EXCEED THREE YEARS, FOR ENGINEERING SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM PROJECTS AT THE AIRPORT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves an engineering services agreement with McClelland Consulting Engineers, Inc., for a term of one year, extendable by amendment not to exceed three years, for engineering services for the capital improvement program projects at the airport; and authorizes the Mayor and City Clerk to execute said agreement. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this L day of March , 2000. APPROVED By: /�%i F d Hanna, Mayor ATTEST: By: Bather Woodruff, City C16HC A 'r ll�t W�i4is,= A n/k 3/itl�s City t fFayetteville 7pfi8 'Staff Review Form /'IC� �II� City Council Agenda Items Contracts (1Stt1�t n NA City Council Meeting Date Ray M. Boudreaux Aviation & Economic Development General Government Submitted By ; Division Department Approve Task Order #8 to Contract #917 McClelland Consulting Engineers, Inc., PO Box 1229, Fayetteville, Al 72702-1229, Wayne Jones P.E., Vice President, 479-443-2377 office, 479-443-9241 fax, wjones@mcclelland- engrs.com, in the amount of $1500.00. $2,500.00 Cost of this request 5550.3960.5314.00 Account Number NA Project Number Budgeted Item $ 64,009.00 Category/Project Budget $ 64,009.00 Funds Used to Date $ Remaining Balance Budget Adjustment Attached �X 3 Department Director Date City Attorney 4. Finance andJpternal Service Director Date Mayor / I Date Sery/ Chrg Program Category / Project Name Airport Capital Improvements Program / Project Category Name General Fund / Airport Fund Name Previous Ordinance or Resolution # Original Contract Date: 4/30/2003 Original Contract Number: #917 Received in City Clerk's Office l� os Received in Mayor's Office �ENTEAE0 ��/oS City Council Meeting of: N/A Agenda Item Number: CITY COUNCIL AGENDA MEMO TO: Mayor THRU: Staff/Contract Review FROM: Ray M. Boudreaux, Director, Aviation ffd.Economic Development DATE: March 16, 2005 SUBJECT: Approval of Task Order #8 with McClelland Consulting Engineers, Inc. for services to update the airport Storm Water Polution Prevention Plan and the Spill Prevention Control and Countermeasure Plan as required by the EPA and the FAA. RECOMMENDATION: Approve and execute by signature of the Mayor, Task Order #8 with McClelland Consulting Engineers, Inc. for services to update the airport SWCC and SWPP plans in accordance with EPA and FAA guidance. BACKGROUND: The basic plan is dated June 2002. This update will bring the plan up to date since the construction of several new buildings and pavements. DISCUSSION: This update to the plans is required by EPA regulations and is necessary to receive FAA grant funding. BUDGET ID'IPACT: Funds are available. A budget adjustment is attached. Attachments: Staff Review Form Task Order #8 Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: Finance & Internal Services Date Requested Adjustment Number 2005 Division: Budget & Research 3/17/2005 Program: Budget & Research Project or Item Added/Increased: Project or Item Deleted/Reduced: $2,500 is requested in the Professional Services $2,500 from the Building & Grounds Maintenance Account. Account. Justification of this Increase: The funding is requested to provide for an update to the Airport's Storm Water Pollution Prevention Plan, and Spill Prevention, Control, and Countermeasure Plan. Required in accordance with EPA Regulation 40 CFR parts 112& 122. Account Name Professional services istification of this Decrease: This adjustment is administrative. Funding is being transferred between categories within the same program. Increase Expense Budget (Decrease Revenue Budget) Account Number Amount 5550 3960 5314 00 2,500 Decrease Expense Budget (Increase Revenue Budget) Project Number Account Name Account Number Amount Project Number Building & grounds maint 5550 3960 5400 00 2,500 04022 1 3•tl-per Date Date Budget Office Use Only Type: A B C D E Date of Approval Initial Date Posted to General Ledger Department Director ate Initial Date Posted to Project Accounting F ante Internrn S rvices Direc• Date Initial Date ntered in Category Log Mayor • Date Initial Date RESOLUTION NO. A RESOLUTION TO APPROVE TASK ORDER #8 TO CONTRACT #917 WITH MCCLELLAND CONSULTING ENGINEERS, INC. IN THE AMOUNT OF $1,500.00 AND TO APPROVE A BUDGET ADJUSTMENT OF $2,500.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Task Order #8 to Contract #917 with McClelland Consulting Engineers, Inc. in the amount of $1,500.00 and approves the attached budget adjustment of $2,500.00. PASSED and APPROVED this 5th day of April, 2005. APPROVED: �QAt By: `v DAN COODY, Mayor By: SONDRA SMITH, City Clerk MCEMcCLELLAND CONSULTING DESIGNED TO SERVE ENGINEERS, INC. March 4, 2005 Mr. Ray Boudreaux Airport Manager, Fayetteville Municipal Airport 4500 S. School Suite F Fayetteville, AR 72701 Re: Proposed Task Order No. 8 SWPP Plan and SPCC Plan Update Fayetteville Municipal Airport Dear Mr. Boudreaux: P.O. Box 1229 Fayetteville, Arkansas 72702-1229 479-443-2377 FAX 479-443-9241 In response to your request, please find four (4) copies of Task Order No. 8 to include the SWPP Plan and SPCC Plan Update. Please advise if you need further information regarding this Task Order. Sincerely, McCLELLAND CONSULTING ENGINEERS, INC. o n Quinn, P. . Enclosure: Task Order No. 8 (4 copies) J:\DRAKE FIELD%CONTRACTS\2003-2006\boudreaux-0304-TO-8.wpd:ch TASK ORDER NO. 8 STORM WATER POLLUTION PREVENTION PLAN AND SPILL PREVENTION, CONTROL, AND COUNTERMEASURE PLAN 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 April 30, 2003. 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 and McClelland Consulting Engineers sets forth the project description, project schedule, and engineering fees related to the preparation of a Storm Water Pollution Prevention Plan (SWPPP) and a Spill Prevention, Control, and Countermeasure Plan (SPCC) for the Fayetteville Municipal Airport, Drake Field. SECTION I - PROJECT DESCRIPTION The project is to consist of: Preparing written plans for the facility. The SPCC Plan will be prepared in accordance with EPA Regulation 40 Code of Federal Regulations (CFR) Part 112. The SWPP Plan will be prepared in accordance with EPA Regulation 40 CFR Part 122. Both plans will cover all areas of operation. J:\DRAKE FIELD\CONTRACTS\2003-2006\Task Order 8.doc 1 SECTION II - PROJECT SCHEDULE From the time the City of Fayetteville issues the Notice To Proceed (NTP), McClelland Consulting Engineers will endeavor to execute the project within the following time periods: Task A. SPCC Plan: B. SWPP Plan: SECTION III - SCOPE OF SERVICES Completion After NTP 50 calendar days 90 calendar days McClelland Consulting Engineers shall, generally, provide those services listed in the basic agreement which are applicable to this specific Task Order. Specifically, the project is likely to include: A. Performing a site reconnaissance of the facility to evaluate the quantity, types, sizes and locations of all existing and proposed oil storage tanks and reservoirs at the facility. B. Evaluating the storm water drainage of the pertinent areas of the facility. C. Preparing and distributing the written plans for the facility, certified by a Professional Engineer. SECTION IV - FEES AND PAYMENTS The following fees are to be paid to the McClelland Consulting Engineers as compensation for his services: A. SWPP Plan: a lump sum of $ 1,300. B. SPCC Plan a lump sum of $ 1,200. J:\DRAKE FIELD\CONTRACTS\2003-2006\Task Order 8.doc 2 SECTON 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: Dat FOR McCLELLAND CONSULTING ENGINEERS, INC.: .... ��.•c,\SY O,c'•G� • FAY ETTEVI LLE : Attest: Vice President J:\DRAKE FIELD\CONTRACTS\2003-2006\Task Order 8.doc From: Clarice Pearman To: Boudreaux, Ray Subject: McClelland Consulting Eng. Attached is a copy of agreements with McClelland. I will return to the two of three originals provide for signature through interoffice mail. Thanks.