Loading...
HomeMy WebLinkAbout66-00 RESOLUTIONRESOLUTION NO. 66-00 • MICROFILMED A RESOLUTION APPROVING AMENDMENT NO. 1 TO TASK ORDER NO. 2 TO THE AGREEMENT WITH McCLELLAND CONSULTING ENGINEERS, INC., IN AN AMOUNT NOT TO EXCEED $7,935, TO PROVIDE FOR THE DESIGN AND OVERSEEING CONSTRUCTION OF A SECOND T -HANGAR UNIT AT DRAKE FIELD. 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 Task Order No. 2 of the agreement with McClelland Consulting Engineers, Inc., in an amount not to exceed $7,935, to provide for the design and overseeing construction of a second T -hangar unit at Drake Field. A copy of the amendment is attached hereto marked Exhibit "A" and made a part hereof. ,'`AND APPROVED this 16th day of May , 2000. �'fl1 !. a v 7 nit ATTEST: By: Heather Woodruff, City Cretk APPROVED. �� By: Ffed Hanna, Mayor NAME OF FILE: • ,.,4 -DD • CROSS REFERENCE: 4 - Date Contents of File Initials C/ri/IRl7 .4 11 ( i%%. 3;?6vG .l / K -‘1, 4'% Ai. 2 3 -4 -Do / • n 7:%iyr� ,) 221/7/z vdn e�-,� /� i /, co ;4 3-2/-00 i� -61L-,dif(/rn 4-24-60 /,l /2.,e i. i-, e'e ih-� �n •%may, . C S., iz/ '7-/19-dO 4(711/ f`l��.G1D-GrJ-•014. ,-�a • • EXHIBIT A AMENDMENT NO. 1 . EX// TO Am&vo TASK ORDER NO. 2r T ADDITIONAL T -HANGAR UNIT EXPANSIONS STATE OF ARKANSAS COUNTY OF WASHINGTON Task Order No. 2 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 /!i day of /?9Ay , 2000, by and between the City of Fayetteville (OWNER) and McClelland Consulting Engineers (ENGINEER) amends the project description to include a second row of T -hangars and the engineering fees related to the change in scope of services. SECTION 1 - PROJECT DESCRIPTION Another row of T -hangars is to be added to the west side of the proposed arrangement of T -hangars on the east -side general aviation apron. The second row of hangars covered by this amendment is to be similar to the hangars called out in Task Order No. 2 except that there is no need for modification of one of the bays to accommodate special structural/layout/electrical requirements. A. The second row of hangars is to include: J: 20X40021 51 \to#2R E V -2-8-00. wpd:l m m x 1 w • • 1. A metal building 60 feet wide and 200 feet long, approximately. 2. Reinforced concrete foundations. 3. Interior electrical lighting, receptacles, and motorized overhead doors. 4. Electncai grounding system. 5 Exterior, building -mounted electrical lighting. B. Specifically excluded from the amended 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). SECTION II — PROJECT SCHEDULE The project schedule is not amended. From the time the OWNER issues the Notice To Proceed to the ENGINEER, the project will be completed as follows: J:12000\0021511tof12REV.24.W.wpd:lm 2 1 • TASK Surveying Preliminary Design (35%) Design Development (65%) Final Design (95%) Submittal to FAA/City (100%) • TIME AFTER N.T.P. 5 calendar days 10 calendar days 20 calendar days 28 calendar days 30 calendar days 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 individually, surveying and design, and bidding for an additional total not -to - exceed fee of $4,994 including a total fixed payment of $580. This additional fee is based upon the condition that both T -hangars are incorporated into the same design and construction project. J:120001002151 totaRE V-2A-00.wpd:im 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 an additional amount 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: $4,414.00 b) Fixed payment for Surveying and Design phase services: $ 580.00 c) Engineering contract amount for Surveying and Design phase services: $4,994.00 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. Ji2000`002151 \ton2REV.2-8-00.wpd:lm 4 • • 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, there will be no additional fee provided that both hangars are bid under the same project. B. Title II Services (Construction Phase Services): The ENGINEER shall provide, as hereafter enumerated individually, construction phase services for an additional total not -to -exceed cost of $2,941.00, including a total fixed payment of $363.00. This fee is based upon the condition that both hangars are designed and constructed under the same project. 1. Construction Administration and Inspection Phase Services: For Construction Administration and Inspection phase services rendered by the ENGINEER, the OWNER shall pay the ENGINEER an additional amount 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 $2,186.00 J: 2000\0021511tok2REV.2.8-00.wpd:jm 5 • • b) Fixed payment for Construction Administration and inspection phase services c) Engineering contract amount for Construction Administration and Inspection phase services $ 327.00 $2,513.00 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 assumed construction period of 120 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 the four building corners of each hangar. 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 an additional amount on the basis of actual salary cost for work -time directly J:\2OOOW02151 to#2REV-2-8-0O.wpd:lm 6 r • 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: a) Construction Staking costs $ 144.00 b) Fixed payment for Construction Staking $ 21.00 c) Engineering contract amount for Construction Staking services $ 165.00 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 the Construction Materials testing phase services associated with construction of the project, the OWNER shall pay the ENGINEER an additional amount on the J:1nnAT002151\m#2REV.2-e-0O.Wptl:jm 7 • • 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 Materials Testing B. Fixed Payment for Construction Materials Testing C Engineering Contract amount for Material Testing $248.00 $ 15.00 $263.00 SECTION V — BASIC AGREEMENT IN EFFECT: Except as amended specifically herein, the basic AGREEMENT FOR ENGINEERING SERVICES and Task Order No. 2 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: 711/444 Mayor Date: dfi70 Attest: 4.1 FOR McCLELLAND CONSULTING ENGINEERS, INC.: Date: �7►"F/ V" J:12000t0021511to#2REV-2800.wpd:jm Attest: 8 DIRECT EXPENSE 105% Dirac Labor Cost 51,390 Overread @ 1.78 12,474 Direct Expenses $550 Subtotal, Costs $4,414 Fixed Payment 1580 Not -to -exceed $4,994 DIRECT LABOR Int Dos 1 523 I os I os 1 50 0t Ls INSPECTOR 1 CLERK TYPIST f 15 REVIEW MEETING WITH OWNER 1 2 16 DES. DEVEL.: COVER 17 DES. DEVEL.: TYPICAL SECTION 1.5 6 1 18 DES. DEVEL.: PLAN & PROFILES 2 19 DES. DEVEL.: CROSS-SECTIONS 20 DES. DEVEL.: DETAIL SHEETS 2 0.5 4 8 21 DES. DEVEL.: DRAINAGE DESIGN 22 DES. DEVEL.: FENCE RELOCATES 23 DES. DEVEL.: LIGHTING 1 24 EROSION CONTROL FACTORS 25 OUTLINE SPECIFICATIONS 1.5 26 UPDATE COST ESTIMATE 27 IN-HOUSE REVIEWS 1 2 28 REVIEW MEETING WITH OWNER 1 29 DET. DES.: PAVEMENT SECTION 30 DET. DES.: PLAN & PROFILES 31 DET. DES.: CROSS-SECTIONS 32 DET. DES.: DETAILS 33 DET. DES.: DRAINAGE STRUCTURE 34 DET. DES.: FENCES 35 DET. DES.: EROSION CONTROL 36 DET. DES: LIGHTING 1 37 SPECIFICATIONS 1 38 DRAWINGS 4 2 8 8 39 IN-HOUSE REVIEWS 1 0.5 40 DETAILED COST ESTIMATE 41 REVIEW MEETING WITH OWNER 42 REVISIONS TO PLANS & SPECS 1 0.5 1 2 43 RE-EVALUATE COSTS• 44 SUBMITTALS TOF.A-A. 45 FINAL REVISIONS TO P & S Subtotals 5 20.5 4 8.5 25 19 0 2 0 SURVEY CREW 520.00 ICENSED SURVEYORI. 512.76 OPER. 1 I. OPER. 2I. B OPER. 1 ENGINEERING'. TECHNICIAN 1 PROJECT MGRJENGR. j 0.5 PROJECT DIRECTOR I1•••• TASK DESCRIPTION L1 SURVEYING AND DESIGN 1 SCOPING MEETING 2 CONTRACT NEGOTIATIONS 4TRACT FORM 4 SCHEDULING & BUDGETING 5 IDENTIFY PROJ. COMPONENTS 8 DEVELOP DESIGN CRITERIA 7 TRAFFIC PROJECTION 9 COORD. WITH UTILRY MARKERS 10 PRLIM EINARY LAYOUT 11 PRELIMINARY PROFILING 12 IPRELIMINARY DRAINAGE STUDY 1 13 R.O.W. IMPLICATIONS 14 PRELIMINARY COST ESTIMATE 3 PREPARE CO LINE E ( 105% Direct Labor Cost $0 Overhead @ 1.78 10 Direct Expenses $0 Subtotal, Costs 10 Fixed Payment 10 Not -to -exceed $0 DIRECT LABOR INSPECTOR 1 to t. N CLERK H O N_ Vi SURVEY CREW O O M LICENSED SURVEYOR $12.75 _ CADD OPER. 3 $8.00 Q0 Q IOPER. 2I n n'w 0 0 In N ;ENGINEERING TECHNICIAN 1 0 0 0 M I- o V w•1 a z 0. IMGRJENGR. V P. 4. PROJECT I DIRECTOR m 3m d 2 a I. INVESTIGATION O E 0 0 40 Ill n Yry� Q f U W w w Z N J 2 2 0 2 2 Q X wo H a N 2z 0 = K 2 c- F a w Q w w_100 G J 2 w %5C. Q co k ~ a • Q J 2• 0u -2f w ~ O r M a w F w CLI z LL o N Z Y Q U EwO2O ZO J O QQ � aQ a ceo CJiz wo w 0 O 1- 0 w 0 a DIRECT EXPENSE 105% r 4. N- Direct Labor Cost $784 Overhead @ 1.78 $1,395 Direct Expenses 97 Subtotal, Costs 92,186 Fixed Payment $327 Not -to -exceed $2,513 DIRECT LABOR $78 SA rr a« INSPECTOR N N N O N N N CLERK I I- O1 O F. N N ID N w CREW O O O: O 0 NN LICENSED SURVEYOR DIV- N 0 N CADD OPER. 3 O Mo CADD OPER. 2 ,.0I 0 CADD OPER. 1 N V. o N ;ENGINEERING 2 $18.03 0 2 x w .- I - 1 PROJECT [MGRJENGR. 523.34 as PROJECT DIRECTOR CO m I o a CONSTR. ADMIN. AND INSPECTION CONSTR. ADMINISTRATION CONSTR. INSPECTION ••• M 0 S V) N N N O 6 z z P Z w 00 Q w w• l"Z z LLQOO X2 -o ZOZ< moza aiaz Q z z 2 • w z ▪ -J _Ow H LL O w D Y ¢ q 0 • • 0 0 120.00 008 ��0, 150.00 0 w Z w �� W0 v 0 000000 0 0 0 0 t Z ZZCe 2x2 HR EA HR QUANTITY1 oovoor -,NO. DESCRIPTION LS TESTING 0 Z L=0 'ASPHALT TESTING [REPORT PREPARATION TOTAL 0 z (CONCRETE TES' Z T CORI F - w w Q BASE l HdSVI O w fEM rN m mt tow r • • 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 ,,20 day of/77 --ci/ , 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-hahgar 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:12000\O01151 \t W 2RE V-1d-0O.wpd:im 1 -Co TASK yo• • • • 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:12 0 0 010 02 1 51 \b#2REV.2d-0Owpd:jm 2 • • SECTION II — 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%) TIME AFTER N.T.P. 5 calendar days 10 calendar days 20 calendar days 28 calendar days 30 calendar days 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 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:1N00002151\t0 2REV.2.800.wpd:1m 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. J120O b021511W%2REV.2.8-0O.wpd:jm 4 • • 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: b) Fixed payment for Bidding phase services: c) Engineering contract amount for Bidding phase services: $ 456.00 $ 61.00 $ 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:12000002151\ma2REV-2-13M00.wpd:jm 5 • • • 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 $6,547 The basis of this upper limit and justification for the fee is contained in Appendix "A" attached hereto (the Construction Inspection portion of the fee has been based upon provided an average of 8 hrs/day of resident inspection during an J:120000002151 LLoa2 R E V .2$Q1.wpd:j m 6 I i 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: J: 120W\OO21514o#2REV.2d-0O.wpd:jm 7 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. 8 J:X20WXM2151\to REV -2-8-0U. djm 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 $248 B. Fixed payment for construction MT'Ls Testing $ 15 C. Engineering Contract amount for Material Testing $263 9 J1200a1002151topZREV3JS W.wpE: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: t GG r Mayor Date: FOR McCLELLAND CONSULTING ENGINEERS, INC.: By: President ' j Date: �'/ t4f0c Attest: . 10 J: 12000W02151ro\K2REV-28.G .wPd:lm z 0 as a z O ❑ F J � � J_Zr a�FLL ZLLZW d O O °ALL❑� ZN coo a UJ W I- C) on 0 a: a h W3C N (7 N a a N Nwl �nAnQp W Z O N N N N N N N N �MNMM O N N O O .•1 11pp O O O O O O N O O N O O O O O+ O �•1 O O O 01 f1 O O O N N N f� m N N N O M O t0 N OJ O M N N !1 m 1H 0 0• a 0 0 l3j O Q Q N N M N N N N N M F N 1� N M N N N M N N N h N M N NN C. N M N�NN a Nt� •m m MMM N NM N at,', N N NN N N C u m R o V mmu'i oaS O b00 O WU N z K N N in a in W a a N c N O O O Q u� N rc &0) W. U� J �N C. N ID - N U0 O ON 4 w • N N m m r y U0 p� Q N in N N Q N o N C Q W a a 0 Ud 0 U W U - W 2 ' Zr U w W W Uzn p N 0 9 r Q Q m �- r - nn a OW O O '- a0 w wfrco p N N W 6 a a Wp N Z N z W w Z S J W N U)o� -0 ! !� 0 wz w 2 H 3W N ZO Z O Z Z w W O W O U W O O V Z W O W LL O b Z O f W O I -S NKWSW W H 2 IA 0Seb p— Hu' ≤UOo5Ot �O W W CZ> ¢ ~J¢V1 �LL?zr3 W C a¢mJ Jd f/�U' ¢ C It¢i� C�dp' 2 LLN W W U N� CwN¢d zL<0 C W W U NJZw1-J ¢—UJ3 W J»¢wc- IAp41ZZ N3 4l 000�"'QQ00 1-J pp<<Ow Z ¢—USOUy ab WpgpLL N w w_r- z� O��z02z Sv�F- __ _O FCi- W W Z �c�w0 Jao¢U?O>g¢w JQ'JJJJJJpR J p p w O_ ... .. .. ¢ W J>GLL3 Z%%% f i�uu>11 wJ W>u>u 11 WWW >> > > > > u>1Z W H OU �a¢oFJLL��if�3fw❑op00000yJQowopoopopp�3oa KJLLOUO> ac W W W lupZ W w V1; ww W W W W W WZ�n LL 2OJ� m Z �i1 '?��a3 a Z a w W LL ppj J mx�O J J J w� wwwwwwwwaDa��u ruwwww riiw riia 4¢swS S Ziw�?� upmuwaj N U6N�OHUNdadK1K00000000W00=K0000OOOONO�OKKCvlLL N CI A Q Q Q Q Q W Z _ N 17 d N N N N N N N l7 l•1 l7 A CI Cl 1.1 Q J x o Z W a 0 L m C) 0 I,, 0 r C) Z1 P � 0Ov mZ5 0gm m 0 p OZD m m m= 3 m 0C ZZ Cl) O Z y I 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\991641saIary.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 drillinginto-and/orthrough-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 '' ' l0 DD V O) VI A W N A W N O z O mQm>m1Dj0000>0 ��;il� F0m �zmOz�X-jazzom mxz�-mm�rcn O;lmry m0 m m -� mm�DmmcnrvmippvCz—jzz m ulz�SZr rzmz�mcn O D m O s0mpmmm D X m Cl) N m D nz0 z v O ozm r z Co z O OmC�i> Ill A c N N O N N A A A N N A o z m X71 m �T1 (T� T�D�;ow �T1 Z .Z=7,Z1,Z=1DDDDD N C W W C01 - A CCO �4 fA A 64 OI N)0014 soril0w0(Am00 n000 00000000000000 00000000000000 m X 63 {{ppZ 63 44 4O p A OOOO)OONOO000m O O 00000000000000 m 0 09000000000000 a G) vm Mm mn T z rn yr D D -4O m a G> ≤mD mzz ;NO z=m D Z z >v Z1 m m Dm vN 90 -Ix OO zc Nr m m z v X d 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 Con Lab Supervisor rvisor 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-Qualfied 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: 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 arty 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 AC? Grade I Concrete Field Testing Technician J vwmaaxmiwnSnSTs.w ,: Page I of 2 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 hourrech. 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 - Pneumati¢Torque Wrench-Calibrafion-(twice-perday) — 50:00 -each Visual Weld Inspection Field Engineer 50.00 per hour Services not Listed are Available on Request J.2O9OWO2 ¶5 1Wn51ESTS.w .)n Page 2 012 m llc� AW N-+ z p x>>oai(n mtn<OODO vvvzm= rr v�mcmii o 0 O X m� Z 0 0 O O = 0 A O r DG)OZ �<n O O z .4mc z zr5M 0zU -43m a>Z c oxm0 lolol-t6 o 0 Z 0 D X zmanT Cl) J —I z rn _m2222 c 0 C) p 9Pi9i9iw OU 000000 C) 000000 000000 m X C 000000 0 oo m 0 THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE -e TO: FRED HANNA, MAYOR FROM: DALE FREDERICK, AIRPORT MANAGEP1 3 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 Purchasing Officer • • £c5 7.451 oeT('Z STAFF REVIEW FORM Gf/uGD #Z ___AGENDA REQUEST X CONTRACT REVIEW rig. GRANT REVIEW For the Fayetteville City Council meeting of N/A FROM: Dale Frederick Airport Name Division General GMT. Department 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 817,048.00 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: Cost of this Request 5550-3960-5314-00 Account Number 't5 4 -I Project Number 122 Category/Project Budget $ 84.715,00 Funds used to date $ 38,220.00 Remaining Balance Profession Services Category/Project Name Fixed Assets Program Name Airport Fund BUD ET REVIEW: �}i Budgeted Item _ Budget Adjustment a Budget Coordinator Administrative Services Director tEVIEW: 3-2o .€b Date Date Date STAFF RECOMMENDATION: GRANTING AGENCY: ADA Coordinator Internal Auditor Staff recommends approval e a ector jlate 154sir tiv rvices Director Date May r Date Cross Reference Date Date New Item: Yes No Prev Ord/Res#_ 25-OO Orig Cont. Date: -7- ZOC d e o,°I 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: n FAYETTEVILLE AIRPORT DEPARTMENT THE CITY OF FAYETTEVILLE, ARKANSAS TO: Fayetteville City Council THRU: Fred Hanna, Mayor FROM: Dale Frederick, Airport Manager .b F .6 rv\ DATE: April 24, 2000 SUBJECT: APPROVAL OF A RESOLUTION FOR AN AMENDMENT TO TASK ORDER NO. 2 TO THE AGREEMENT WITH MCCLELLAND CONSULTING ENGINEERS FOR AN EIGHT BAY T -HANGAR UNIT Airport staff requests the approval of a resolution for an amendment to Task Order No. 2 to the Agreement with McClelland Consulting Engineers, Inc. in an amount not to exceed $7,935.00. This amendment provides for the design and construction oversight for a second T -Hangar unit during the next construction phase of growth and development for general aviation at the Airport. Upon the approval of this amendment, an alternative bid would be requested for two eight bay T -Hangars units (original Task Order No. 2 was for one unit). The alterative bid would provide information to evaluate if the cost savings would be economically sound to build two units concurrently. The original Task Order No. 2 was for the amount of $17,048.00 for the engineering and oversight of one T -Hangar unit (see attached). Staff approved the original Task Order No. 2, and the Mayor signed the document on March 21, 2000. The amendment would result in an accumulated total of $24,983.00 for the engineering of this project. The total cost of this project will exceed $20,000.00, therefore requiring City Council approval. Attachments: Contract Review Form Copy of the original Task Order #2 3 Original Copies of Amendment No.l to Task Order No.2 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701 PHONE 501-718-7640 Ext.5 • FAX 501-718-7646 r 0 RECEIVED Purchasing Officer STAFF REVIEW FORM XX AGENDA REQUEST XX CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of May 16. 2000 FROM: Dale Frederick Airport Name Division APR28 8 2000 CITY OF FAYETTt V I LLE MAYOWS OF€JCO,E General GMT. Department ACTION REQUIRED: Request the approval of a resolution for an amendment to Task Order No. 2 to the Agreement with McClelland Consulting Engineers, Inc. for an amount not to exceed $7,935.00. The amendment provides for the design and construction oversight for a second T -Hangar unit during the next construction phase of growth for general aviation at the Airport. Upon the approval of this amendment, an alternative bid will be requested for two eight -bay T -Hangar units (Task Order #2 is to engineer, oversee construction, and bid one eight -bay unit). The alterative bid would provide information to evaluate if the cost savings would be economically sound to build two units concurrently. The amendment would result in an accumulated total of $24,983.00 for the engineering of this project which exceeds the $20,000.00 limit allowed for the Mayor's signature, therefore requiring City Council approval. COST TO CITY S 7.935.00 Cost of this Request 5550-3960-5314.00 Account Number 98056 Project Number VIEW: Budget Coordmator --------------------------- ------------- -------------------------------- ---------------- Category/Project Budget $ 103,851.00 Funds used to date S 305.427.00 Remaining Balance Budgeted Item Administrative Services Director Professional Services Category/Project Name Capital Program Name Airport Fund Budget Adjustment Attached tEVIEW: ate Date GRANTING AGENCY: STAFF RECOMMENDATION: Airport staff recommends approval. Division Head 6' Dat ate Date Cross Reference New Item: Yes Pre. Ord/Res#: 25-00 Orig Cont. Date: 3-7-2000 Contract# 747 on STAFF REVIEW FORM Description: Meeting Date: MAY 16. 2000 Page 2 Approval of a Resolution for an amendment to Task Order No. 2 to the Agreement with McClelland Consulting Engineers for engineering services for an eight bay T -Hangar unit. 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: FAYETTEVI!LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE To: Dale Frederick, Airport Manager From: Heather Woodruff, City Clerk Date: May 22, 2000 Attached is a copy of the resolution approving amendment to the agreement with McClelland Consulting Engineers. I am also returning two originals for you to distribute. The original will be microfilmed and filed with the City Clerk. cc: Yolanda Fields, Community Development r 0 I RESOLUTION NO. 66-00 A RESOLUTION APPROVING AMENDMENT NO. I TO TASK ORDER NO. 2 TO THE AGREEMENT WITH McCLELLAND CONSULTING ENGINEERS, INC., IN AN AMOUNT NOT TO EXCEED $7,935, TO PROVIDE FOR THE DESIGN AND OVERSEEING CONSTRUCTION OF A SECOND T -HANGAR UNIT AT DRAKE FIELD. 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 Task Order No. 2 of the agreement with McClelland Consulting Engineers, Inc., in an amount not to exceed $7,935, to provide for the design and overseeing construction of a second T -hangar unit at Drake Field. A copy of the amendment is attached hereto marked Exhibit "A" and made a part hereof. -�•`�►ND APPROVED this 16's day of May , 2000. I 0 . I APPROVEI. D• By: , �) ed Hanna, Mayor ATTES'T: By: Heather Woodruff, City C